Loading...
HomeMy WebLinkAboutResolution - 2003-R0459 - Contract For The Miller Park Drainage Improvements - Granite Construction - 10_09_2003Resolution No. 2003-RO459 October 9, 2003 Item No. 83 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, a Contract for the Miller Park drainage improvements, Bid #132-03/RS, by and between the City of Lubbock and Granite Construction Company of Watsonville, CA., and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this 9th ATTEST: Rebecca Garza, City Secretary APPROVED AS TO CONTENT: Victor Kil an, Purchasing Manager APPROVED AS TO FORM: J Knight, A ant City Attorney day of October , 2003. MARC MCDOtfGAL, MAYOR gs:/ccdocs/Res-Contract-Granite Const Co -Bid #13203RS Sept. 26, 2003 0-3 - 60i,?D CHECK BEST RATING LICEWSED pal TEXAS DATE 0 a FRY CITY OF LUBBOCK SPECIFICATIONS FOR MILLER PARK DRAINAGE IMPROVEMENTS ITB #132-03/RS "A City Of Planned Progress" CITY OF LUBBOCK Lubbock, Texas City of Lubbock PURCHASING DEPARTMENT ROOM L04, MUNICIPAL BUILDING 1625 13T" STREET LUBBOCK, TEXAS 79401 PH:(806)775-2167 FAX:(806)775-2164 http://purchasing.ci.tubbock.tx.us MAILED TO VENDOR: CLOSE DATE: ITB #132-03/RS, Addendum #1 ADDENDUM #1 ITB #132-03 / RS Miller Park Drainage Improvements August 11, 2003 August 21, 2003 @ 2:00 p.m. The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. 1. Bid Submittal In several bid items listed on the Bid Submittal, the word "Flume" appears in singular and plural form. On plan sheet C1, Section A and Section B and Section C, the terminology or label that is listed is "inlet channel". "Inlet channel" also shows as terminology or a label on plan sheets C2, C3 and C4. For the purposes of this project, the words "flume" and "channel", in either singular or plural form, shall be synonymous and have the same meaning. Therefore, as examples, inlet "flume" has the same intent and meaning as inlet "channel", and "flume" curbs has the same intent and meaning as "channel" curbs. 2. Bid Submittal On page 7 of the Bid Submittal at the very bottom of the page is a Bid Summary. The lines under the BID SUMMARY heading for "Materials", "Services" and "Total Bid" pertain only to the Base Bid. 3. Plan Sheet G7 MR The pipe materials listed in the table on Sheet G7 are all permissible to use at the Contractor's option when such material is listed to the right of the associated line designation column. ., However, when a run of proposed storm sewer is begun with one pipe material, then that pipe material must be continued to the next proposed inlet or proposed manhole. Pipe material changes within a.single run of storm sewer are not permissible. As an example, if during construction operations proposed Line MP-9 was begun with specified RCP pipe material, then that same material must be used for the entire length of Line MP-9. Proposed Line MP-8 could be a different listed pipe material than RCP (say HDPE or PVC), but the same different listed pipe material must be used for the entire length of proposed Line MP-8. Pipe material changes can only occur at ,.., proposed inlets or proposed manholes, or at ties to existing pipe that was installed prior to bid opening. Also see General Note 7 in the lower right corner of plan sheet C7. Follow the requirements for submittals of the various specification sections. 4. Plan Sheets P1 and C3 On plan sheet P1, proposed Line MP-3, a 34-degree bend is called for at Station 7+13.51 in the plan �*+ view. On plan sheet C3, the layout detail for Inlet MP-3 calls for a 45-degree bend followed by an 11.25-degree bend. Delete the 45-degree bend and 11.25-degree bend shown on plan sheet C3 in the Inlet MP-3 layout detail. Replace the 45-degree bend shown on plan sheet C3, Inlet MP-3 layout detail, with a 34-degree bend followed by a straight alignment from the 34-degree bend to the 132-03Add 1.doc ITB #132-03/RS, Addendum #1 existing manhole. This will make the detail and plan -profile sheets for Line MP-3 compatible with each other and with the alignment data on plan sheet G6. Slight curvature of the alignment for Line MP-3 is permissible to enable the required tie-in at the existing manhole pipe stub. Joint deflection limitations for curvature are shown on the plan -profile sheets. 5. Plan Sheets P3 and C4 On plan sheet P3, proposed Line MP-13, a 45-degree bend is called for at Station 24+43.71 in the plan view. On plan sheet C4, the layout detail for Inlet MP-13 calls for a 50-degree bend. On plan sheet C4, Inlet MP-13, delete the 50-degree bend and replace with a 45-degree bend. This will make the detail and plan -profile sheets for Line MP-13 compatible with each other and with the alignment data on plan sheet G6. Slight curvature of the alignment for Line MP-13 is permissible. Joint deflection limitations for curvature are shown on the plan -profile sheets. 6. Plan Sheet C1 �., On plan sheet C1, Section B calls for inlet channel reinforcement of #4 bars at 7-inches on center each way. Section C on thatsame plan sheet calls for inlet channel reinforcement of #4 bars at 8- inches on center each way. Delete the #4 bars at 7-inches call -out. Reinforcement for inlet channels shall be #4 bars at 8-inches on center each way. 7. Plan Sheet C3 On plan sheet C3, it is shown that the existing force main at Inlet MP-6 is SDR-41, 100-psi pressure rated pipe. According to the information provided to the Engineer during design, the existing force main material (PVC), SDR and pressure rating are based on Plastic Irrigation Pipe (PIP) outside diameter and wall thickness. Note that the Contractor is required to field verify per General Construction note 6 on plan sheet G3. Plastic Irrigation Pipe (PIP) standards are developed by the American Society of Agricultural Engineers in association with the irrigation pipe industry. PIP is not outside diameter controlled and thus not compatible with iron pipe size (IPS) outside diameter controlled pipe (such as ductile iron, AWWA C-900, ASTM D-2241, etc.). Transition fittings to adapt from PIP to IPS diameters are available, such as from Morrison Supply Company. Other pipe supply companies in farm irrigation areas of the United States normally carry such fitting transitions. 8. Plan Sheet Sheets P1, P2 and C6 Plan sheets P1 and P2 reveal that the existing storm water force main may potentially need cutting at proposed inlet locations MP-1, MP-2, MP-3, MP-4 and MP-5. Once the storm water force main reach from Inlet MP-1 to Inlet MP-5 has been isolated and abandoned in place in accordance with the designated requirements, the force main may be cut and removed at any location within that abandoned reach. When cutting the force main at a proposed inlet location, grout a plug into the remaining ends according to the cut -and -plug detail on sheet C6 for "pipe to be abandoned in place". If trenching for the proposed storm sewer, and the construction operations cut holes in the edge of the force main pipe that is abandoned in place, no action such as grouting or plugging or repair is required. If reaches of the abandoned -in -place existing force main are encountered during trench excavation for the proposed storm sewer pipe, such that the force main pipe must be removed for operations to continue, then removal of the abandoned force main pipe without replacement is permissible. The abandoned force main pipe thus removed is not required to be -salvaged. This paragraph dictates that such force main cutting, plugging, removal, and disposal is included in the Contractor's bid prices and no additional compensation will be made by the Owner. Also see miscellaneous note 2 on plan sheet G3. It should be noted that this storm water force main is not in operation unless pumps in the Lake Ridge and Andrews Park areas of the city are in operation, and such pumps are only operated to -lower lake levels after precipitation runoff occurs. on 132-03Add1.doc ... 1 ITB #132-03/RS, Addendum #1 rwe 9. Park Irrigation System The Contractor shall coordinate with and cooperate with the City of Lubbock Parks Department in locating the existing Miller Park irrigation system. Requirements of the Contract Documents regarding existing facilities and existing utilities remain in effect. Also see General Construction note 3 on plan sheet G3. All requests for additional information or clarification must be submitted in writing and directed to: Ron Shuffield, Senior Buyer, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Email to rshuffield@mail.ci.lubbock.tx.us THANK YOU, CITY LUBBOCK Ron Shuffield Senior Buyer It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's resaonsibility to advise the Citv of Lubbock Purchasine Manager if anv laneuaee. reauirements, etc., or anv combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid close date. A review of such notifications will be made. CITY OF LUBBOCK INVITATION TO BID FOR TITLE: MILLER PARK DRAINAGE IMPROVEMENTS ADDRESS: LUBBOCK, TEXAS ITB NUMBER: 132-03/RS PROJECT NUMBER: 90019.9243.30000 CONTRACT PREPARED BY: PURCHASING DEPARTMENT INDEX 1. NOTICE TO BIDDERS 2. GENERAL INSTRUCTIONS TO BIDDERS 3. BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS 4. PAYMENT BOND 5. PERFORMANCE BOND 6. CERTIFICATE OF INSURANCE 7. CONTRACT 8. GENERAL CONDITIONS OF THE AGREEMENT 9. CURRENT WAGE DETERMINATIONS 10. SPECIFICATIONS NOTICE TO BIDDERS LaJ r� NOTICE TO BIDDERS t. ITB #132-031RS Sealed bids addressed to Victor Kilman, Purchasing Manager, City of Lubbock, Texas, will be received in the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 21st day of August, 2003, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "MILLER PARK DRAINAGE IMPROVEMENTS" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing Manager for the City of Lubbock, before the expiration of the date above first written. Bids are due at 2:00 o'clock o.m. on the 21st day of August, 2003, and the City of Lubbock City Council will consider the bids on the 18th day of September, 2003, at the Municipal Building, 162513th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a *^ guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on 7th day of August. 2003 at 10:00 o'clock a.m., in the Engineering Conference Room 107, Lubbock, Texas. Bidders may view the plans and specifications without charge at Lubbock City Hall, 1625 13t' Street, Lubbock, Texas, Purchasing Department, Room L-04. Plans and specifications may be obtained by the bidder for a $100.00 refundable deposit per set. Plans and specifications may be obtained from City of Lubbock, Purchasing -- Department, 162513th Street, Room L04, Lubbock, Texas 79401, Phone: (806) 775-2167. Plans and specifications will be shipped at the bidder's expense. If bidder requires overnight or second day expedited method parcel shipment, the bidder will incur shipping charges and must furnish the name of the service to be used and the bidder's account number. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to ,. this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible format or if you require assistance, please contact the City of Lubbock ADA Coordinator at (806) 775-2018 at least 48 hours in advance of the meeting. CITY OF LUBBOCK VICTOR KILMA PURCHASING MANAGER cm— GENERAL INSTRUCTIONS TO BIDDERS P" GENERAL INSTRUCTIONS TO BIDDERS ..� 1 BID DELIVERY. TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish MILLER PARK DRAINAGE IMPROVEMENTS per the attached specifications and contract documents. Sealed bids will be received ++ no later than 2:00 p.m. CST, the 21 st day of August, 2003 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB #132-031RS, MILLER PARK DRAINAGE IMPROVEMENTS" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Victor Kilman, Purchasing Manager City of Lubbock 1625 13th Street, Room L-04 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting ». will be held at 10:00 a.m.. August 7th. 2003 in Engineering Conference Room 107, Lubbock. Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. .-� 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by written bid addenda. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing Department. At the request of the bidder, or in the event the Purchasing Department deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing Department. Such addendum issued by the Purchasing Department will be sent to all bidders receiving the original Invitation to Bid (ITB) and will become part of the bid package having the same binding effect as provisions of the original bid. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing Department no later than five (5) days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing Department in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. ..� 1 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing Manager and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing Manager prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing Manager before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAUPROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 2 92 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's. decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasinq Manager if anv lanquage, requirements, etc., or anv combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. RON SHUFFIELD, SENIOR BUYER City of Lubbock 1625 13t' Street Lubbock, Texas 79401 Fax: (806) 775-2164 Email: RShuffield@mail.ci.lubbock.tx.us 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be fully completed within ONE HUNDRED EIGHTY (180) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, ,., however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements 3 contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. (c) Equipment schedule. LLD R.. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a —� way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. ' 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of .,. the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. .,, 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 6 sva 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 28.3.1 Bidder's name 28.3.2 Bid for (description of the project). 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. 30 BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates. 0) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31 QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be ... "7 deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. (d) The quality of performance of previous contracts or services. 32 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. The City of Lubbock reserves the right to accept the Base Bid and Additive Alternates in any order or combination that serves its best interest. The low bid shall be determined on the price combination of the Total Base Bid and any accepted Additive Alternates. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. BID SUBMITTAL BID SUBMITTAL UNIT PRICE BID CONTRACT DATE: August 21, 2003 PROJECT NUMBER: #132-031RS - MILLER PARK DRAINAGE IMPROVEMENTS Bid of GRANITE CONSTRUCTION COMPANY (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a MILLER PARK DRAINAGE IMPROVEMENTS having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. BASE BID: MILLER PARK IMPROVEMENTS Item Approx Unit No Qty Description of Item and Unit Price Total Amount 1 1 LS Mobilization/Demobilization including insurance, performance and payment bonds, move-in/move-out costs, preparation of NOI, and NOT, complete, for the lump sum price of: 7ky4gW7'y �-%A-oE'- rS� YEH /yrliyd gE'p E/C o9e1 Y SEYEi!!/ Dollars .� Cd and ZE--40 Cents ($ a1 �,�, 78 = ) $ 7S 7 00 2 1,891 LF 24-Inch Approved Type StormSewer Ser Pipe in Trench, furnished and installed, complete, in place, for the unit price per linear foot of: N %7.cJiYd.G �A Ti�iPEC Dollars and --Cents ($ Y�3.) n $ i_ 5?6 718 �= 3 11 EA Demolition of Flatwork, Flumes, Flume Curbs, and Other Flatwork indicated on the drawings at the proposed new inlet locations, complete, for the unit price per each of: SEyt�1! %�.vNO�G�i� %v✓cNTY/VE Dollars and ZED Cents ($ ']'e25 c o ) $ 7 7 7,5 ad ,,,, 4 5 EA Curb Inlet, 5.0 feet tall to 7.5 feet tall, complete in place, for the unit price per each of: S- VC"1Y T c.� s,3.y4 i 4 ��'Nbti EIS %=/sue' i Y Dollars and ZeFAo Cents ($ Z 156 �a ) s,37 9 66�" �, 1 Item Approx Unit Description of Item and Unit Price Total Amount No Qty 5 5 EA Curb Inlet, 10.0 feet tall to 10.5 feet tall, complete in place, for the unit price per each of: JYl�YE /`7,1JiY•biE?G".� /1�N��"f Dollars and ZziA_ 0 Cents ($ :z 1 gd �� ) $ 6 1 EA Four-way Inlet, 7.5 feet tall, complete in place, for the unit price per each of: Dollars and Z,d=Ad Cents ($ as ) $ 7.9516 7 11 EA New Concrete Flatwork, Flumes, Flume Curbs, and Linings at the proposed new inlet locations indicated on the drawings, complete, for the unit price per each of: T.yit°EE /1li4yE7''( Dollars and Z f,,66 Cents ($ � B I4 ) so $ 8 1 EA Type C Manholes, furnished and installed, complete, in place, for the, unit price per each of: Dollars 00 and ZE�d Cents ($ t //D — ) e•n $ 9 1 LS Force Main Piping, Valves, Thrust Blocking, and Treating Abandoned Lines, furnished and installed, complete, for the lump sum price of: 7-jlkn 1Si -41--9 ;C2;,XJA //Z44 d.4EO ,�ifTE�iY Dollars and 2Z/aZ/ 7-1 Cents ( , J 6 - t= ) r, $ 10 307 LF Sidewalk Curb, as indicated on the drawings, adjacent to Memphis Avenue, complete, for the unit price per linear foot of: 7L' Dollars and G-laaY7-r Cents ($ / S 8� ) �o $ 11 1 LS Traffic Control, furnished and installed, complete, for the lump sum price of: D�YS .0 Dollars and ZE,p o Cents ($ s COO ) $ /, y d �• oG� 2 Item Approx Unit Description of Item and Unit Price Total Amount No Qty 12 1 LS Storm Water Pollution Prevention, furnished and installed, for the lump sum price of: .� 61y Dollars and ZE,4v Cents $ 13 13,770 SY Reestablish Vegetation by Sodding, complete, in place, for the unit price per square yard of: Dollars •"" and Z Ed o Cents ($�e �� ) $ o cz 14 1,891 LF Trench and Excavation Safety System, furnished and installed, complete, for the unit price per linear foot of: DyE Dollars and Z--f-40 Cents ($ J- O O _o TOTAL BASE BID (items 1 through 14, Inclusive) $ BASE BID BREAKDOWN Breakdown of Materials and Labor Incorporated into the Project, Total Materials to be incorporated into the Project, $ j0,3 %a - a Total Labor, superintendence, equipment, supplies, etc., as qa necessary to construct the Project, 3 ADDITIVE ALTERNATE NO. 1 Item Approx Unit Description of Item and Unit Price Total Amount No Qty 15 522 LF 24-Inch Approved Type Storm Sewer Pipe in Trench, furnished and installed, complete, in place, for the unit price per linear foot of:— �14 Dollars and Z,rZ o Cents ($ ) $ / TO .2 70 ' eo 16 2 EA Demolition of Flatwork, Flumes, Flume Curbs, and Other Flatwork indicated on the drawings at the proposed new inlet locations, complete, for the unit price per each of: Dollars andZe,-e6 Cents ($ �lr' 66- 66 17 2 EA Curb Inlet, 5.0 feet tall to 7.5 feet tall, complete in place, for the unit price per each of: 7-We `T�a,�.�ivri ✓E' _ Dollars andZ€mod Cents ($A 566e o O ) $ 0 Qao. D0 _ 18 2 EA New Concrete Flatwork, Flumes, Flume Curbs, and Linings at the proposed new inlet locations indicated on the drawings, complete, for the unit price per each of: �/fr�' /t1duS/3�YD Dollars and ��.� Cents ($ / bay ) $ . DOd Q o — 19 ' 1 LS Traffic Control, furnished and installed, complete, for the lump sum _ price of: 7 � 4. f aeen'o F��"Y Dollars - and Zc'�d Cents ($ 54. O d ) $'Q 20 1 LS Storm Water Pollution Prevention, furnished and installed, for the lump sum price of: Dir �•rJ.V4�2�-� Dollars _ and Z,6,&D Cents ($ f0,0 O 0 ) $ 21 3,480 SY Reestablish Vegetation by Sodding, complete, in place, for the unit price per square yard of: I� C�.�J il✓ Dollars _ and Zr 40 Cents 4 ADDITIVE ALTERNATE NO. 1 Item Approx Unit Description of Item and Unit Price Total Amount No. Oty 22 522 LF Trench and Excavation Safety System, furnished and installed, complete, for the unit price per linear foot of. Z&5'A Dollars o and T ifs Cents ($ 0 - `—� 1 $ µ TOTAL ADDITIVE ALTERNATE NO.1 BID. (Items 15 through 22, sc3 Inclusive) $� ADDITIVE ALTERNATE NO.1 BREAKDOWN Breakdown of Materials and Labor Incorporated into the Project, Total Materials to be incorporated into the Project, $ / 7 ► 66 Total Labor, superintendence,equipment, supplies, etc., as$�� necessary to construct the Project, ., 5 ADDITIVE ALTERNATE NO.2 Item Approx. Unit Description of Item and Unit Price Total Amount No. Quantity — 23 337 LF 24-Inch Approved Type Storm Sewer Pipe in Trench, furnished and installed, complete, in place, for the unit price per linear foot of:_ 7Y �/ i/C Dollars l/� ! 17• a o -- Dd and Z,_--Ao Cents ($_305 ) $ 24 1 EA Demolition of Flatwork, Flumes, Flume Curbs, and Other Flatwork indicated on the drawings at the proposed new inlet locations, complete, for the unit price per each of: — Dollars and Cents ($ Jr4a • a o $ 25 1 EA Four-way Inlet, 7.5 feet tall, complete in place, for the unit price per each of: — .e ,ez- �A45,,PXO Dollars and ZE.PD Cents ($ - Udd a 6O ,� a $ 3Ooo • dQ — 26 1 EA New Concrete Flatwork, Flumes, Flume Curbs, and Linings at the proposed new inlet locations indicated on the drawings, complete, for — the unit price per each of: d�Ed.u5AiY4 Dollars and Z,:FA6 Cents ($ ) $ 1 D O a• o Q 27 1 LS Traffic Control, furnished and installed, complete, for the lump sum price of: Dollars — and ZEAo Cents ($ 2 54) a O O ) $ �� • ©© 28 1 LS Storm Water Pollution Prevention, furnished and installed, for the lump sum price of: _ Dollars and Zc •Lc) Cents ($ /Dd ) $ /D 0 Q a — 29 2,250 SY Reestablish Vegetation by Sodding, complete, in place, for the unit price per square yard of: — Dollars and ZC.2, a Cents ($_ 14• 0 6 ) $ �. ©o o i a 4 — 0 o* ADDITIVE ALTERNATE NO.2 Item Approx. Unit Description of Item and Unit Price Total Amount No. Quantity 30 337 LF Trench and Excavation Safety System, furnished and installed, complete, for the unit price per linear foot of: ZL.e Dollars and �Cents ($ TOTAL ADDITIVE ALTERNATE NO.2 BID (Items 23 through 30, Inclusive ADDITIVE ALTERNATE NO.2 BREAKDOWN own Breakdown of Materials and Labor Incorporated into the Project, $ ..3 Z- 76 $.x.5G70a76 Total Materials to be incorporated into the Project, $ g S � S - d Total Labor, superintendence, equipment, supplies, etc., as ��� $�• ?Q necessary to construct the Project, $ BID SUMMARY A. BASE BID (FROM BASE BID TOTAL ABOVE) $ a • 6 01 B. BASE BID PLUS ADDITIVE ALTERNATE NO. 1 $ 44 z 96-001 • /� C. BASE BID PLUS ADDITIVE ALTERNATE NO.2 $ Y�6.2,-S ��• �� D. BASE BID PLUS BOTH ADDITIVE ALTERNATES $ -V 5r.3. a S6 �+ MATERIALS:V,Vrh, ,V6,e,C,0.SAX7 o017 *W,0 N�va -----($ 10, Sloe•oa ) ".SiX7 Y SIX T.ya.us t}�v4 SERVICES: S/X �,c�islt�.�ED 7 iy �9/s/.t�%!d O ($� /� • �g ) /=c.u/� /�,t�'i1/l9 ��0 o/✓E7"'x '7�,'%EF TiYG.t�S iY.b TOTAL BID: ,*ZJiS h1W V,4AEd SeVC V7Y E1GJ17 A VQ 815114 a ---($ y93 -97 - $O ) (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 180 (ONE HUNDRED EIGHTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $1,850 (ONE THOUSAND EIGHT HUNDRED FIFTY DOLLARS) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. am 7 The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within fifteen (15) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's. Check or Certified Check for - - - - - - - - - - - - - - Dollars (% - - - - ) or a Bid Bond in the sum of Five Percent (5%) of the Bid Dollars (%- - - - - ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within fifteen (16) days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. (Seal if Bidder is a Corporation) ATTEST: Secretary Michael FuLh Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date MIwBE Firm: N/A Date: Augu/ 21, 2003 By: Author' ed Signature R.C. Allbritton, Vice President (Printed or Typed Name) GRANITE CONSTRUCTION COMPANY Company P.O. BOX 50085 / 585 W. Beach Street Address Watsonville, CA 9507-5085 City, County California 95077 5085 State Zip Code Telephone: (831) - 724-1011 Fax: 831 - 768-4021 LIST OF SUBCONTRACTORS Minority Owned Yes No ., 1. ❑ 0 2 ❑ ❑ 3. ❑ ❑ 4. ❑ ❑ 5. ❑ ❑ 6. ❑ ❑ 7. ❑ ❑ $• 0. s. ❑ ❑ 10. ❑ ❑ 9 CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal 1, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If 1 am awarded this contract by the City of Lubbock, 1 will be able to, within fifteen (15) days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. By: Contractor R.C. Allbritton, Vice President Contractor (Print) CONTRACTOR'S FIRM NAME: GRANITE CONSTRUCTION COMPANY (Print or Type ) CONTRACTOR'S FIRM ADDRESS: P.O. BOX 50085 / 585 W. Beach Street Watsonville, CA 95077-5085 Name of Agent/Broker: McSherry & Hudson Address of Agent/Broker: 575 Auto Center Drive City/State/Zip: Watsonville, CA 95076 Agent/Broker Telephone Number: ( 831) 724-3841 Date: August 21, 2003 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid/proposal and II award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing Manager for the City of Lubbock at (806) 775-2165. BID #132.03/RS - MILLER PARK DRAINAGE IMPROVEMENTS 10 1 This Notice pertalns to the following Surety Bond issued by a member Insurer of the Chubb Group of Insurance Companles, Including Federal Insurance Company, Vlgllant Insurance Company and pacific Indemnity Company. „+ N/A Bond Number. POLICYHOLDER DISCLOSURE NOTICE TERRORISM RISK INSURANCE ACT OF 2002 You are hereby notified that pursuant to the Terrorism Risk Insurance Act of 2002 (the "Ace) effective November 26, 2002, we are making available to you coverage for losses arising out of certain acts of international terrorism. Terrorism is defined as any act certified by the Secretary of the Treasury, in concurrence with the Secretary of State and ..� the Attorney General of the United States, to be an act of terrorism; to be a violent act or t` an act that is dangerous to human life, property or infrastructure; to have resulted in damage within the United States, or outside the United States in the case of an air carrier or vessel or the premises of a United States Mission; and to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest, as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct 6f the United States Government by coercion. Coverage for acts of terrorism is already included in the captioned Surety Bond. t You should know that, effective November 26, 2002, any losses caused by acts of terrorism covered by your Surety Bond will be partially reimbursed by the United States under the formula set forth in the Act. Under this formula, the United States of America pays 90% of covered terrorism losses that exceed the statutorily established deductible to be paid by the insurance company providing the coverage. The portion of your premium that is attributable to coverage for such acts of terrorism is zero, because we could not distinguish (and separately charge for) acts of terrorism from other causes of loss when we calculated your premium. If you have any questions about this notice, please contact your agent or broker. cY-�tvsi� CHUBB GROUP OF INSURANCE COMPANIES Ni 07C6 i - FEDERAL INSURANCE COMPANY BID BOND Bond No. N/A Amount t 5% of Total Bid Know All Men By These Presents, That we, ' GRANITE CONSTRUCTION COMPANY (hereinafter called the Principal), as Principal, and the FEDERAL INSURANCE COMPANY, Warren, New Jersey, a corporation duly organized under the laws of the State of Indiana, (hereinafter called the Surety), as Surety, are held and firmly bound unto CITY OF LUBBOCK, TEXAS (hereinafter called the Obligee), in the sum of Five Percent (5%) of the Total Bid Amount Dollars ($ - - - - - - - - - - ), for the payment of which we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Sealed with our seals and dated this 14th WHEREAS, the Principal has submitted a bid, dated for MILLER PARK DRAINAGE IMPROVEMENTS ITB #132-03/RS day of August 2003 August 21, 2003 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with such bid and give bond with good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the amount specified in said bid and the amount for which the Obligee may legally contract with another party to perform the work covered by said bid, if the latter amount be in excess of the former, then this obligation shall be null and void, otherwise to remain in full force and effect. GRANITE By: COMPANY Principal R.C. Allbritton, Vice President FEDERAL SURA COMPANY By: i a Sp ge, Atto ney-in-Fact Form 15-02-0002 (Rev. 11-99) STATE OF CALIFORNIA } COUNTY OF Santa Cruz } On August 14, 2003 before me, the undersigned notary public, personally appeared Lisa Sprauge personally known to me OR proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized PPM capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signs re of Notary JANET HUTTON COMM. #1362143 -' NOTARY PUBLIC - CAUFORNlA SAMA CRUZ COUNTY W Comm. Expires June 24, 2W6 a" Sure waval4..0 snausal vv11ull IQ mr✓wIwul View n0aa �..../ tY ATTORNEY Pacific Indemnity CompanyWarren, NJ 07059 KnowAil by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a NewYork corporation and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Deborah S . Jackson, R. C. Allbritton, Lisa Sprauge.and Jigisha Desai of Watsonville, California ------- — each as their true and lawful Attomey-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations on behalf of GRANITE CONSTRUCTION INCORFbRATED AND ALL SUBSIDIARIES ALONE OR IN JOINT VENTURE -------------------------------------------------------- in connection with bids, proposals or contracts to or with the United States of America; any State or political subdivision thereof or any person, firm or corporation. And the execution of such bond or obligation by such Attomey4n Fact in the Company's name and on its behalf as surety thereon or otherwise, under its corporate seal, In pursuance of the authority hereby conferred shall, upon delivery thereof, be valid and binding upon the Company. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 23 d day of July, 2002 Kenneth C. Wendel, Assistant Secretary F k E. Robertson, Vice aesident STATE OF NEW JERSEY �+ County of Somerset . On this 23 rd day of July, 2002 , before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attomey, and the said Kenneth C. Wendel being by me duly swom, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By -Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with Frank E. Robertson, and knows him to be Vice President of said Companies; and that the signature of Frank E. Robertson, sutucribed�r of Attorney is in the genuine handwriting of Frank E Robertson, and was thereto subscribed by authority of said By -Laws and In deponents presence. lit Notary PuSta" aNew �eY l� NO• Notary blic CpAt'WW E�ices$ePG CERTIFICATION Extract from the By -Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President. or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. - I, Kenneth C. Wendet,Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITYCOMPANY (the'Companial do hereby certify that m the foregoing e)ftd of the Byl aws of the Companies is true and correct, ('i) the Companies are duly licensed and authorized to transact surety business In all 50 of the 'United States of America and the District of Columbia and are authorized by the U. S. Treasury Department; furthner, Federal and Vigilant are licensed In Puerto Rioo and the U. S- Virgin Islands, and Federal Is licensed InAmerican Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (97 the foregoing Power of Attorney Is true, =rW and intill foroe and effect Given under my hand and seals of said Compardes at Wares, NJ this 14 th day of August 2003 ��sV eatltrrrf ,ASURMrcF �fou►N* coin EW Yoa Kenneth C. Wendel, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OFANY OTHER MATTER, PLEASE CONTACT US ATADDRESS 1_ISTED ABOVE, OR BY Telephone (908) 903-34M Fax (908) 903-WW . e-mail: surety@chubb.com Fenn 161oat54Mft*4%C0FP00N8W a" pop M" RC )ND iiK BEST RATING LICENSE IN TEXAS Y��L PAYMENT BOND 0 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) Federal: CLUDE5-81 PREMIUM INI;UD OF THE TEXAS GOVERNMENT CODE D IN (CONTRACTS MORE THAN $25,000) PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, that GRANITE . CONSTRUCTION COMPANYeinafter called the Principal(s), as Principal(s), and FEDERAL INSURANCE COMPANY (hereinafter called the Surety1d), as Surety(a are held and firmly bound unto the CityofLubbock (hereinafter called the Obligee), in the amount of Four Hundred ninety three * Dollars ($ 4 278. 8. lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. *thousand -Two hundred seventy� ht d 1l rs and 60 1D0's WHEREAS, the Principal has entered into a certain written contract with the 0�iligee, da�ed the � h d�of October , 20_0a, to Miller Park Drainage Improvements and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this o h day of or t ub ar 20_43_. Surety 0 in -Fact GRANITE CONSTRUCTION COMPANY (Compa Name) By: _ (Pr tted ame R.C. Allbritton (Signature) Vice President (Title) 1 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby — designates Howard * an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. * Cowan Bond Agency, Inc. FEDERAL INSURANCE COMPANY Surety *B — itle Lisa Sprauge, Attorney -in - Approved as to form: Fact City of ock Vittmey * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. K STATE OF CALIFORNIA } } COUNTY OF Santa Cruz } On October 20, 2003 before me, the undersigned notary public, personally appeared Lisa S_prauge 0 personally known to me OR ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/aye subscribed to the within instrument and acknowledged to me that die/she/trey executed the same in hi-s/her/fhetr authorized capacity(-tes), and that by his/her/the4 signature(s) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. WITNESS my hand and official seal. F. DEENA GRAZIANO COMM, #1428248 NOTARY PUBLIC - CALIFORNIA SANTA CRUZ COUNTY My Comm. Expires July 2, 2007 DA_QNc" - rcit, C^Z Signature of Notary } - Chubb POWER Rederallnsurowe Company Athu suretyDeparanent OF V191 ant insurance Company 1S UOUnWn View Road Surety ATTORNF PacWio indemnity Company Warren, Ni pig KAowAp byThbe Presents. That FEDEMIfMMANCI COUPAY&. an kl i, or,paatlo i VIOLAW WSURANCE COYPANY. a tVswlbrli r r y r -on 16 and PACM INDEMNITY COMPANY. a Vft nsln corporation;, do each hereby cm tm and appoint Deborah S. Jackson, R. C. Allbritton, Lisa Sprauge.and Jigisba Desai of Vateonville, California - eadh as their tale and lavvfui Attorney-ki-Fad ioexecute under such deskoation in their names and to affix !their corporate seals to and deliver for" on III* behalf as surety thereon or otherwise, bonds and undertakkgs and otter wMV3 obfigatot In the nature thereof (other than ball bonds) given or executed in the cause of business. and ary kw xrxw is amerx" or altering; the sarm and consents io the modtkatbn or alteration d any Instrument referred to in said bonds or of tgations on behalf of GRANITE CONSTRUCTION INCORV6RATED AND ALL SUBSIDIARIES ALONE OR IN JOINT VENTURE in cmwction with bids, proposals or contracts to or with the United States of Americas hihy State or political subdivision thereof or any person, firm or �.,., corporation- And the execution or such bond or obligation by such Atomeydn Fad Inthe Company's name and on its behalf as surety thereon or otherwise. under Its corporate seat, in pursuance of the authority hereby conferred shah, upon delivery feared. be valid and binding upon the Company. In Witness Whereof. said FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seats on tits 23 d day of July, 2002 Kenneth C. Wendel, Assistants j E Robertson, ent STATE OFNEWJERSEY ss. County of Somerset r, ,R Dam 23 rd day of July, 2002 . before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, so no known to beAssistant Secretary of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY. and PACIFIC INDEMNITY COMPANY, the companies which executed the loregoi V Power o(Attomey, and the said Kenneth C Wendel being by me duty sworn% did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, vlGxAMr INSURANCE COMPANY and PACIFIC INDEMNITY COMPANY and kvws the corporate seals thereof. that the seals affixed to the foregoing Power of Attorney are such corporate sealA, d were thereto affixed by authoriy of the W-Laws of said Companies; and that he signed said Power ofAttomey as Assistant Secretary d said Companies by Ska w9xxfttr, and tha� he is acquainted with Frank E. Robertson, and Wows him to be Vice President of said Companies-, and that the signature of Frank E. Robertson, aubscrlbed A/ of Attomey is in the genuine handwriting of Frank E. Robertson, and was thereto subscribed by authority of said By-laws and in deponents presence. P. No � M04ME R, {AIA.ier�Y 'OCBLtG ' Notary PublIC Stale Oft Now JEl3S C Fjcpkw pet No tic .., CERTIFICATION Extract from the By -Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY. AA powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company. either by the Chairman or the President or a Vice President. or an. Assistant V,ce President, Jointly with the Secretary or an Assistant Secretary. under their OW respective designations. The signature of such officers maybe engraved, punted or Mhographed. The signature of each of the foil **V officers. Chalimar% president, any Vice PresfdeM, any Assistant Vice President arty Secretary, any Assistant Secretary and the seal of the Company may be affixed -by bacsimile to any power of attorney or io any certificate relating thereto appointing Assistant Secretaries or Attomeys4n-Fact for purposes only of executing and attesting bonds and undertaldngs and other writings obligatory In the nature thereof. and any such power of P" attorney or certificate bearing such facsimmilee signature or facsimile seal shall be valid and birxifng upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and.bkx*V upon the Company with respect to any bond or underhWng to which R Is attached.' 1, KefwheM C. Werldel.Assistant Secretary of FEDERAL INSURANCE COMPANY VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY P" (the 'Companies') do hereby certify that () the ioregoktg extract of the By -Laws of the Companies Is true and correct, (i) the Companies are duty licensed and authorized io transact surety NAkhess in ail 50 of the Llnnhed States of America and the District of Columbia and are authorized by the U. S. Treasury Departnent< further. Federal and Vigilant are kensed In Puerto Rico and the U. S. �** Won tslands, and Federal Is licensed In American Samoa, Guam, and each of the Provinces of Canada except Prince Edward island; and (nt) fee foregoing Power o(Attofney is true, connect and InM force and effect Given under my hared and seals of said Companies at Warren. NJ this 20th�, a October 2003 "�` •' fA1I* 4 hMr+ e'e+�IYYOaf`s a• Kennett Q Waxiel.Anistart Secretary iN THE EVENT YOU WiSH TO NOTIFY US OFA CLAIM, VERIFY THE AUTHEMjOF THIS BOND OR NOTIFY US-OFANY OTHER MATTER. PLEASE OONTACT US ATADDRESS USTEDABOVE, OR By. Telephone (ON) 903-S4W Fax (908) 903.3658 e►mair: sumly@d i ft com ranhtfr.�aotfrssatK�ahcoa►bof�tsaNr _ �, . _ 1MID C14FCK REST A"pN DATE 1�_� BY PERFORMANCE BOND Federal:8192-05=81 PREMIUM: $5,433.00 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE ^! (CONTRACTS MORE THAN $100,000) *GRANITE CONSTRUCTION COMPANY KNOW ALL MEN BY THESE PRESENTS, that * (hereinafter called the Principal(s), as Principal(s), and FEDERAL INSURANCE COMPANY (hereinafter called the Surety), as Surety(ji), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount'of Four hundred ninety three * _Dollars ($ 493, 278.8O lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. *thousand -two hundred seventy eight dollars and 80/100's WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 9 day of October ,20 03to Miller Park Drainage Improvements and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as f" if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 20th day of October , 20 03 FEDERAL I C OMPANY GRANITE ONSTRUCTION::COMPANY Surety (CoAtedN*amel ame) �,. * B By: .�• (itle) — (P Lisa /prauge, Attorney -in -Fact R.C. Allbritton (Signature) Vice President (Title) 1 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Howard * an agent resident in Lubbock County to whom any requisite notices may be delivered and on _ whom service of process may be had in matters arising out of such suretyship. *Cowan Bond Agency, Inc. FEDERAL INSURANCE COMPANY — Surety *B ( fle Lisa Zrauge, Attorney —in Approved as to Form Fact — City of Lubbock -By C ttome * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing — that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 7 STATE OF CALIFORNIA COUNTY OF Santa Cruz On October 20, 2003 before me, the undersigned notary public, personally appeared Lisa Sprauge N personally known to me OR 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that be/she/ 4tey executed the same in "/her/dwi-f authorized capacity(ies), and that by his/her/die-i-f signature(s) on the instrument the person(e), or the entity upon behalf of which the persons) acted, executed the instrument. WITNESS my hand and official seal. F, DEENA GRAZIANb(r4 I 4OCOMM, #1428248 NOTARY PUBLIC - CALIFORNIA SANTA CRUZ COUNTY My Comm. Expires July 2, 2007 C' -1 C� Signature of Notary s.M .Chubb POWER Fades! bmwonm Company Ann Surety DeparbwM. OF V191bw Insurance Company is MOuntaln Vjaw Road Surety ATTORNEY Paclflo Inderrintty Company Wamen, NJ 07M lGriowApbyThmOPnwwd .TWFEDERALMtNLUMCOUPiQOi►.anMtcsranaooliporatla%VXMAWPI$tMMMCOUPAW.anowyb,korayrfs"mrtti and PACIFIC INDEMNITY COMPANY, a Moonsin oapo oWN do each hweby emill ute and appoint Deborah S. Jackson, R. C. Allbritton, Lisa Sprauge.and Jigisha Desai of yatsonville, California — each as their true and lawful Attorney -in -Fad fo execute under such designation In shalt names and to aft their corporate seals b and deh la an on tlheU behalf as surety thereon or otherwise. bonds and undertakings and other wrNhgs obligatory in the nature thereof (other than ball bonds) *an or executed in the course of business. and any inat uments amendIrV or atterkV the sarm and consents to the modficadon or alteration of any Instrumerd referred to to said bonds or obligations on behalf of GRANITE CONSTRUCTION INCORP(IRATED AND ALL SUBSIDIARIES ALONE OR IN JOINT VENTURE in connection with bids. proposals or contracts to or with the United States of America; hny State or political subdivision thereof or any person, firm or ., corporalion. And the execution of such bond or obligation by such Attomey-in Fact In the Company's narne and on Its behalf as surety thereon or otherwise. under Its corporate seal. In pursuance of the authority hereby conferred shat upon delivery thereof. be valid and binding upon the Cornpany. in Witness Whereof. said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY. and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 23 d day of July, 2002 /IC&tah C wendd. Assistant S E Robertson. ' P STATE OFNEWJERSEY f County of Somerset I ss. PM pow CERTIFICATION Extract from the By -Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY. and PACIFIC INDEMNIiY COMPANY: Ai powers of attorney for and on behalf of the Company may and shall be executed In the name and on behalf of the Company, either by the Chairman or the President or a Vice President. or an Assistant Vice President. Jointly with the Secretary or an Assistant Secretary under itheir respective designations. The signature of such officers may be engraved, Printed or lithographed. The signature of each of the foliowing officers: Chairman. President. any Vice President, any Assistant Vice President, arty Secretary, any Assistant Secretary and the seal of the Company may be affixed by fade to any power of attorney or to arty certificate relating thereto appointing Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof. and any such power of atone or certificate bearing such facsimile signature or facsimile seat shelf be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and tacsinft seal shall be valid and binding upon the Company with respect to any bond or hxhdertaidng to which it Is attached.' I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY .,,.� . On this 23 rd day of July, 2002 . before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel. to me known to beAssfstant Secretary of FEDERAL: INSURANCE COMPANY, VIGILANT INSURANCE COMPANY. and PACIFIC INDEMNITY COMPANY. the companies which wwo ted It., bmVobV Power of Attomey, and the said Kenneth C Wendel beft by me duly sworn, did depose and say that he Is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY and PACIFIC INDEMNfTY COMPANY and knows the coMorate seals thereof. Chet the seals afllxed to'the ioregoinp Power of Attorney are such corporate seal%"were thereto affixed by authority of the By -Laws of Bald Companies; and that he sib Bald Power of Attorney as Ass Secretary of said Companies by we authoW. and that he is acquainted with Frank E. Robertson, and knows him to be Vice President of said Compares: and that the signature of Frank E. Robertson, subscribed erofAttomey Is In the genuine handwriting of Frank E. Robertson, and was thereto subscribed by authority of said By -Laws and in deponents presence. NOtely PUNK SWIG Ot�JeroW NO• �•'2� Notary tic C;0MM s6W E*k 5-P0 ' ® (the 'Companies') do hereby certify that () the foregoing extract of the By -Laws of the Comparhles Is true and correct, (I) the Companies are duly Tiaensed and authorized to transact surety business in all 50 of the'United States of America and the District of Columbia and are authorized by the U. S. Treasury DeparUnertt; Anther, Federal and Vigilant are licensed In Puerto Rico and the U. S. *+ Nigro istands, and Federal Is licensed inAmerican Sanwa. Guam, and each of the Pravfnces of Canada except Prince EdwarKI Wand. and (R-) the foregoing Power ofAtiorney Is true. correct and InM force and effect. - Given under my hand and seals of said Companies at Warren. NJ this 20thday of October 2003 'a►olntM ttr+ VYoat` Kwin eth G. wendei',AssWwtt Secretary IN THE £VENT YOU W)SH TO NOTIFY US OFA CLAI1N. VERIFY THE WrHE mcffl y OF THIS BOND OR NOTIFY us OFANY OTHER MATTER, PLEASE CONTACT US ATADDRM USTED ABOVE. OR BY. Telephone M0 903-3m. Fax WS) 903-SM ' eYnalb surety®ctiubb.Cofn rants.�ocraratiaaaasooa►boweavr - ' , 0 Low;] This Notice pertains to the following Surety Bond issued by a member Insurer of the Chubb Group of Insurance Companies, including Federal Insurance Company, Vigilant Insurance Company and Pacific Indemnity Company. Bond Number: 8192-05-81 POLICYHOLDER DISCLOSURE NOTICE TERRORISM RISK INSURANCE ACT OF 2002 You are hereby notified that pursuant to the Terrorism Risk Insurance Act of 2002 (the "Act") effective November 26, 2002, we are making available to you coverage for losses arising out of certain acts of international terrorism. Terrorism is defined as any act certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States, to be an act of terrorism; to be a violent act or an act that is dangerous to human life, property or infrastructure; to have resulted in damage within the United States, or outside the United States in the case of an air carrier or vessel or the premises of a United States Mission; and to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest, as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. Coverage for acts of terrorism is already included in the captioned Surety Bond. You should know that, effective November 26, 2002, any losses caused by acts of terrorism covered by your Surety Bond will be partially reimbursed by the United States under the formula set forth in the Act. Under this formula, the United States of America pays 90% of covered terrorism losses that exceed the statutorily established deductible to be paid by the insurance company providing the coverage. The portion of your premium that is attributable to coverage for such acts of terrorism is zero, because we could not distinguish (and separately charge for) acts of terrorism from other causes of loss when we calculated your premium. If you have any questions about this notice, please contact your agent or broker. eh CERTIFICATE OF INSURANCE low 0 PM MR CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE:_ 10/20/03 P.O. BOX 2000 Proect No. LUBBOCK, TX 79457 TYPE OF PROJECT: 90819.9243.30000 Job #320030 Miller Park Drainage Impr. THIS IS TO CERTIFY THAT Granite Construction Company . (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY $�X Commercial General liability GL 2 4921 10/1/00 10/1/06 General Aggregate $10 000 000 ❑ Oaims Made 8916 Products-Comp/Op AG'S 9) Occurrence Personal & Adv. Injury S 20 _ 0 Owners & Contractors Protectiv Each Occurrence $ 2 ZUUU,UUU 0 Contractual Liab Pe ISO Form CG D001 (10/ ) Fire Damage (piny one Fire) $2 0001000 S Mod Exp (Any one Person) Nil UTOM077VE LIABILITY Any Auto Combined single Limit $ 2, 000 , 000 0 All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) S gl Hired Autos Property Damage $ M Non -Owned Autos X Contractual Liab Per ISO Form CA 01 (10/0 GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ 0 I Other than Auto Only: Each Accident $ Aggregate $ 0 BUILDER'S RISK 0 100% of the Total Contract Price$ ❑ INSTALLATION FLOATER $ EXCESS LIABILITY 0 Umbrella Form i Each Occurrence $ Aggregate $ 0 Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS'LIABILITY The Proprtetorl 0 Included WC 2 4921 7/1/03 7/1/06 Statutory Limits Partners/Executive 0 Excluded 8267 Each Accident $2 000.000 Offfoens are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than Ihe legal time required after the Insured has received written notice of such. change or cancellation, or in case there is no legal requirement, in less than five days In advance o ellatioyIsur]nce FIVE COPIES OF THE CERTIFICATE OF INSURANCE V le r Com-pz me of FmsMr) MUST BE SENT TO THE CITY OF LUBBOCK f n . car-nerme t7uscayson Title: Partner The Insurance Certificates Furnished shall name the City of Lubbock as an Additional Insured on General Liability and Autoinobile Liability and provide a Waiver of Subrogation In favor of the City of Lubbock. 1 CHA PbrAH the CommitmentaYoa Make' Policy Number: GL 2 4921 89 16 Valley Forge Insurance Company Named Insured: Granite Construction Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Additional Insured: City of Lubbock Covered Operations: Job #320030 Miller Park Drainage Improvements — Project No. 90019.9243.30000 0 WHO IS AN INSURED (Section II) is amended to include as an insured the person or am organization shown in the above in the Schedule, (hereinafter called "Additional Insured"), but only with respect to liability arising out of operations performed for the Additional Insured by the Named Insured and subject to coverage afforded by the fm standard Commercial General Liability Coverage Form #CG0001 (10/01) THIS INSURANCE POLICY WILL NOT BE CANCELLED, LIMITED, NON RENEWED, OR COVERAGE REDUCED UNTIL THIRTY (30) DAYS AFTER RECEIPT BY THE ADDITIONAL INSURED NAMED ABOVE OF A WRITTEN NOTICE OF SUCH CANCELLATION, am REDUCTION OF COVERAGE OR NON RENEWAL. IN THE EVENT OF CANCELLATION FOR NON-PAYMENT OF PREMIUM, TEN (10) DAYS WRITTEN NOTICE OF SUCH CANCELLATION WILL BE GIVEN. IT IS AGREED THAT THIS INSURANCE SHALL OPERATE AS PRIMARY INSURANCE AND NO OTHER INSURANCE SHALL BE am CALLED ON TO CONTRIBUTE TO A LOSS HEREUNDER THE COMPANY WAIVES ANY RIGHT OF SUBROGATION AGAINST THE ABOVE -SCHEDULED ADDITIONAL INSURED FOR WORK PERFORMED BY GRANITE CONSTRUCTION COMPANY. MCSHE Y & HUDSON on B Authorized Representative DATE: 10/20/03 MW CHA For AU the Commitments You Maio' Policy Number: BUA 2 492189 47 VALLEY FORGE INSURANCE COMPANY Named Insured: GRANITE CONSTRUCTION COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - COMMERCIAL AUTO POLICY This endorsement adds the following "Additional Insured" solely as respects vehicles owned or used by GRANITE CONSTRUCTION COMPANY Additional Insured: City of Lubbock Covered Operations: I am Job #320030 Miller Park Drainage Improvements — Project No. 90019.9243.30000 THIS INSURANCE POLICY WILL NOT BE CANCELLED, LIMITED, NON RENEWED, OR COVERAGE REDUCED UNTIL THIRTY (30) DAYS AFTER RECEIPT BY THE ADDITIONAL INSURED NAMED ABOVE OF A WRITTEN NOTICE OF SUCH CANCELLATION, REDUCTION OF COVERAGE OR NON RENEWAL. IN THE EVENT OF CANCELLATION FOR NON-PAYMENT OF PREMIUM, TEN (10) DAYS WRITTEN NOTICE OF SUCH CANCELLATION WILL BE GIVEN. IT IS AGREED THAT THIS INSURANCE SHALL OPERATE AS PRIMARY INSURANCE AND NO OTHER INSURANCE SHALL BE CALLED ON TO CONTRIBUTE TO A LOSS HEREUNDER THE COMPANY WAIVES ANY RIGHT OF SUBROGATION AGAINST THE ABOVE -SCHEDULED ADDITIONAL INSURED FOR WORK PERFORMED BY GRANITE CONSTRUCTION COMPANY. OW j cSherry & uds Authorized Representative Date: 10/20/03 W" a- CONTRACTOR CHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing •-A extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. W r" 2 REQUIRED WORKERS' COMPENSATION COVERAGE 'The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. ❑ '" 3 r '•a CONTRACT r-� ems, CONTRACT STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 9th day of October, 2003 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Granite Construction Company of the City of Watsonville, County of Santa Cruz and the State of California hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements ram* described as follows: BID #132-03/RS - MILLER PARK DRAINAGE IMPROVEMENTS - $493,278.80 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, .�, Texas in the year and day fir t above written. CIT&00 (TEXAS (OWNER): CONTRACT R: GRANITE ONSTRUCTION COMPANY By: By: ATT T: PRINTED NAME: R.C. Allbritton TITLE: Vice President City ecr tary APPROVE AS TO CONTENT. COMPLETE ADDRESS: Granite Construction Company P.O. Box 50085/ 585 West Beach Street ^* w rs eprese ative Watsonville, California 95077-5085 APPROVED AS TR FOR ATTEST: City orney Coro ate Secret Michael Futch 1 GENERAL CONDITIONS OF THE AGREEMENT Mi GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit GRANITE CONSTRUCTION COMPANY who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE �., Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative LARRY HERTEL, CITY ENGINEER, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. �.. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last ,., business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless 0 MR otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. im 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. ,., Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) 2 W calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION ,.� It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS �- The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. ii 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 4 P" 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of .y work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. Auk 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, " alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's bid, except as provided under Changes and Alterations herein. POW It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." Foi No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, 6 00" are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance x protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS AN ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS , COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. A. General Liability Insurance (Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000.00 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Underground Damage Hazard Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage „ Personal Injury Advertising Injury Heavy Equipment B. Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damage, $0 Combined Single Limit. This policy shall be submitted prior to contract execution. C. Comprehensive Automobile Liability Insurance (Additional Insured and Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500,000.00 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 0% of the total contract price (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance (Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $1,000,000.00 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000.00. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 0406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of ^^ coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current ^9 certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: - (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 9 G 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the _ project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the _ governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 10 (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the �. current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file fo'r the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identify of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 5121440-3789 to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to "" provide coverage;" and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the ., Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; r"' 11 (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in anyway, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the 12 W Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in anyway, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. „m 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1.850 (ONE THOUSAND EIGHT HUNDRED FIFTY DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. •-+ It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. "" 13 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived: 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the _ event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 14 61 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the •, bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, M" 15 if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from toss on account of. (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and 16 MM constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be .. delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as �^ provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, p, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, ""' 17 and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or 18 effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, .., disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. r� ""° 19 CURRENT WAGE DETERMINATIONS RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002 EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly '^ Acoustical Ceiling Installer 11.50 Air Conditioner Installer 12.00 Air Conditioner Installer -Helper 7.50 Asbestos Worker 9.00 Asbestos Supervisor 12.50 own Bricklayer 12.50 Bricklayer -Helper 7.00 Carpenter 11.00 •. Carpenter -Helper 7.00 Cement Finisher 9.00 Drywall Hanger 11.00 Electrician 15.00 Electrician -Helper 8.00 Equipment Operator -Heavy 10.00 �. Equipment Operator -Light 9.00 Fire Sprinkler Fitter -Journey 18.00 Fire Sprinkler Fitter -Apprentice 10.00 Floor Installer 9.50 Glazier 10.50 Insulator-Piping/Boiler 10.50 Insulator -Helper 7.00 Iron Worker 11.00 Laborer -General 6.00 Mortar Mixer 6.00 Painter 9.50 Plumber 12.50 Plumber -Helper 7.00 Roofer 9.00 Roofer -Helper 7.00 Sheet Metal Worker 10.00 *�* Sheet Metal Worker -Helper 7.00 Welder -Certified 11.00 ""'" 1 EXHIBIT B Paving and Highway Construction Prevailing Wage Rates Craft Hourly Rate Asphalt Heaterman 9.00 Asphalt Shoveler 7.50 Concrete Finisher 9.00 Concrete Finisher -Helper 7.50 Electrical Repairer -Equipment 12.50 Flagger 6.50 Form Setter 8.00 Form Setter -Helper 6.50 Laborer -General 6.00 Laborer -Utility 6.75 Mechanic 9.00 Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 9.00 Bulldozer 9.00 Concrete Paving Machine 9.00 Front End Loader 9.00 Heavy Equipment Operator 9.00 Light Equipment Operator 8.00 Motor Grader Operator 10.25 Roller 7.00 Scraper 7.50 Tractor -Trailer 8.50 Truck Driver -Heavy 8.00 Truck Driver -Light 7.00 Awe EXHIBIT C Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT D Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. rA SPECIFICATIONS EL--] ,.., SPECIFICATIONS MILLER PARK DRAINAGE IMPROVEMENTS LUBBOCK PROJECT NO.905-0019 P" CITY OF LUBBOCK „ SPECIFICATIONS TABLE OF CONTENTS MILLER PARK DRAINAGE YWROVEMENTS LUBBOCK PROJECT NO.905-90019 DIVISION 1- GENERAL REQUIREMENTS 01020 Measurement and Payment........................................................................................................ 4 01027 Applications for Payment.......................................................................................................... 2 01028 Change Order Procedures.......................................................................................................... 3 01039 Coordination and Meetings....................................................................................................... 2 01100 Summary of Work..................................................................................................................... 2 01140 Work Restrictions...................................................................................................................... 3 01310 Progress Schedules.................................................................................................................... 2 01330 Submittal Procedures................................................................................................................. 5 01356 Storm Water Pollution Prevention Plan..................................................................................... 8 01400 Quality Requirements................................................................................................................ 4 01420 References................................................................................................................................. 5 01500 Temporary Facilities and Controls............................................................................................ 5 01555 Barricades, Signs and Traffic Handling.....................................................................................1 01576 Waste Material Disposal............................................................................................................ 2 01600 Product Requirements............................................................................................................... 2 01700 Contract Closeout...................................................................................................................... 2 DIVISION 2 - SITE WORK 02082 02084 02220 02231 02240 02260 02300 02317 02318 02320 02516 02533 Pre -Cast Concrete Manholes and Vaults................................................................................... 6 Frames, Grates, Rings, and Covers............................................................................................ 2 Demolition................................................................................................................................. 2 Treeand Plant Protection.......................................................................................................... 5 Dewatering........................................................................................................................... 3 ExcavationSupport and Protection........................................................................................... 3 Earthwork.................................................................................................................................. 9 Excavation and Backfill for Utilities......................................................................................... 9 Borrow....... ..... ••... ............................... ..... . 3 Utility Backfill Materials........................................................................................................... 5 ForceMain................................................................................................................................ 4 AcceptanceTesting for Storm Sewers....................................................................................... 7 I. R. R MCMILLE.........a• 52683 r; Own 01257701 TABLE OF CONTENTS PAGE -1 07/03 0" CITY OF LUBBOCK SPECIFICATIONS TABLE OF CONTENTS MILLER PARK DRAINAGE IMPROVEMENTS LUBBOCK PROJECT NO.905--90019 02631 Storm Sewers............................................................................................................................. 4 02634 Corrugated Metal Pipe (Polymer Coated).................................................................................. 5 02635 Fiberglass Pipe.......................................................................................................................... 4 02636 High Density Polyethylene (HDPE) Profile Wall Pipe.............................................................. 4 02637 Polyvinyl Chloride (PVC) Profile Wall Pipe............................................................................. 3 02638 Reinforced Concrete Pipe.:........................................................................................................ 3 02751 Portland Cement Concrete Pavement...................................................................................... 12 02920 Lawns and Grasses.................................................................................................................... 5 DIVISION 3 - CONCRETE 03300 Cast -in -Place Concrete............................................................................................................13 03301 Cast -in -Place Non -reinforced Concrete Pipe............................................................................. 8 DIVISION 4 - MASONRY Not Used DIVISION 5 - METAL Not Used DIVISION 6 - WOOD AND PLASTICS Not Used DIVISION 7 - THERMAL AND MOISTURE PROTECTION Not Used OF F"° it t.R..P. . WMILLEN.� : � ,-9 : 52683fit P • - 01257701 TABLE OF CONTENTS PAGE - 2 ""' 07/03 CITY OF LUBBOCK SPECIFICATIONS TABLE OF CONTENTS MILLER PARK DRAINAGE IMPROVEMENTS LUBBOCK PROJECT NO.90S-90019 DIVISION 8 - DOORS AND WINDOWS Not Used DIVISION 9 - FINISHES Not Used DIVISION 10 - SPECIALTIES Not Used DIVISION 11- EQUIPMENT Not Used DIVISION 12 - FURNISHINGS Not Used DIVISION 13 - SPECIAL CONSTRUCTION Not Used DIVISION 14 - CONVEYING SYSTEMS Not Used OF • Z , .., a . i R. P. It�oMILLEN 52553 �-Ll 03 01257701 TABLE OF CONTENTS PAGE - 3 "�" 07/03 CITY OF LUBBOCK SPECIFICATIONS TABLE OF CONTENTS MILLER PARK DRAINAGE IMPROVEMENTS LUBBOCK PROJECT NO.90S-90019 DIVISION 15 - MECHANICAL Not Used DIVISION 16 - ELECTRICAL Not Used 01257701 TABLE OF CONTENTS PAGE - 4 �"" 07/03 SECTION 01020 MEASUREMENT AND PAYMENT •" PART 1- GENERAL MR 1.1 SCOPE A. This section covers the method of measurement and payment of the items required for the construction of the project. The unit price bid on each item stated in the Bid Form shall include furnishing all labor, superintendence, machinery, materials, equipment and incidentals necessary to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans and called for in the specifications for which no separate payment is made shall be included in the bid price on the various pay items. Payment on the various items will be made as provided by the General Conditions of the Agreement and Special Provisions of the Agreement. 1.2 MOBH17ATION A. Payment will be made at the lump sum price bid for Mobilization for the project. This lump sum price to be paid within the first three progress payments will be a maximum of 5% of the total amount bid for the project. Any amount bid above the 5% of the total bid for the project will be eligible for payment upon substantial completion of the entire project. Partial payment can be requested under this item A request for 25% of the amount that is eligible for payment at the beginning of the project (i &., the amount equal to 5% of the total bid amount) can be made upon the approval of the pipe submittal and the laying schedule. A request for the remaining portion of the total amount that is eligible for payment at the beginning of the project can be made in a maximum of 37.5% increments for the following two progress payments. 1.3 STORM SEWER PIPE IN TRENCH A. Payment will be made at the unit price bid for all diameters of storm sewer pipe, furnished and installed by trenching. The quantity of pipe eligible for payment shall be the actual linear footage of pipe fiunished and installed in accordance with the plans and specifications. This item shall include all items associated with the installation of the storm sewer pipe that do not have a separate pay item identified. This includes, but is not limited to, the storm sewer pipe, the trench excavation, the compacted backfill, any special bedding or backfill, hauling, site security, protection of existing utilities, testing of lines, dewatering activities and project cleanup. Measurement shall be made to the nearest foot from manhole center to manhole center, or to the pipe end if no direct manhole connection under this project, without deduction for diameter of manhole. Measurement shall be to the end of pipe at inlets and to end of new pipe at connections to existing pipe- B. Where pipe is placed on a horizontal curve, and the Owner and Contractor agree, the plan length of curve from point of curvature to point of tangency may be used to define the payment length along curved portions of storm sewers. If Owner and Contractor do not agree to plan length for curve distance, then Contractor shall furnish field surveys that tie points of curvature, points of tangency, degree of curve, and deflection angle to the actual field installation. 01257701 MEASUREMENT AND PAYMENT 01020 - 1. 07/03 1.4 TRENCH AND EXCAVATION SAFETY SYSTEM A. Payment will be made at the unit price bid for Trench and Excavation Safety System, furnished and installed. The quantity eligible for payment shall be the actual linear footage measured for installed portions of storm sewer pipe. No deduction will be made for manholes or inlets. Trench and Excavation Safety System must be in accordance with the plans and specifications to be eligible for payment. Payment will not be made under this item where the Owner's Representative or Engineer determines that there was a lack of evidence that a Trench and Excavation Safety System was used, such as no trench box, no sloping of trench walls, no trench shoring and so forth. If no worker protection is furnished and installed, then quantity will be considered zero linear feet, and no payment will be ,.� made to the Contractor under this item. 1.5 MANHOLES A. Payment will be made at the unit price bid for manholes of each type furnished and " installed. This item shall include but is not limited to the manhole base, the riser sections, excavation, any special bedding and backfill, the ring and cover, any grade rings, all other appurtenances, the connection of the manhole to the main line and any lateral lines, and other incidental work. The quantity eligible for payment shall be the total number of manholes furnished and installed in accordance with the plans and specifications. 1.6 CURB INLETS A. Payment will be made at the unit price bid for each curb inlet, of the specified height, furnished and installed. This item shall include but is not limited to the excavation required for the inlet structure, the bedding and backfill, the reinforced concrete for the structure, rings and covers, all other appurtenances, and the connections to the storm sewer pipe. The quantity eligible for payment shall be the number of curb inlets, of the specified height, furnished and installed in accordance with the plans and specifications. 1.7 TRAFFIC CONTROL A. Payment will be made at the lump sum price bid for Traffic Control measures furnished and installed. Payment will not be made under this item where the Owner's -Representative or the Engineer determines that there was a lack of evidence that Traffic Control was used, or if the Engineer determines that the measures installed do not meet the requirements of the plans and specifications, or if the Traffic Control required is because of other work being remedied due to not meeting plans and specifications. Under such circumstances, no additional compensation will accrue until the deficiencies are resolved. Also, no partial payment will be made for partial Traffic Control measures. Progress payments will be made on a pro -rats basis based on the linear footage of pipe installed that is considered 100 percent under the storm sewer pipe in trench bid item. The maximum amount that will be paid shall be 75 percent of the bid price until such time as all sod -laying operations are complete, and all that remains is sod establishment. 1.8 VEGETATION RESTORATION BY SODDING A. Payment will be made at the unit price bid for vegetation restoration by sodding, furnished, installed and properly maintained. This item shall include but not be limited to the sod, the proper preparation of the soil, and the adequate watering and fertilization until the 01257701 MEASUREMENT AND PAYMENT 01020 - 2 ^' 07/03 M vegetation is established. The quantity eligible for payment shall be the number of square yards of sodding, furnished, installed and maintained in accordance with the plans and specifications. Partial payment can be requested for this item. After the installation of the vegetation restoration measures, a request can be made for up to 60% of the total payment accrued. After the Owner's Representative determines that the vegetation has been established, a request for the remaining 40% can be made. No additional payment will be made under this item for work that is being replaced due to noncompliance with the contract documents or for inadequate maintenance by the Contractor. The limit of measurement for sodding is a 60-foot overall width of permissible soil disturbance measured perpendicularly to the longitudinal axis of the proposed storm sewer installation. 1.9 STORMWATER POLLUTION PREVENTION PLAN A. Payment will be made at the lump sum price bid for Stormwater Pollution Prevention Plan measures, furnished, installed, and properly maintained. Partial payment can be requested for this item. This partial payment will be determined by the percentage of the storm sewer that is accepted for payment for each storm sewer line. No payment will be made for measures that are not in compliance with the plans and specifications. In such circumstance, this amount will be reduced by a percentage of the pipe that was installed with the noncompliant measures. If this reduction is made, then the amount ultimately paid under this item will be less than 100% of the amount bid. No more than 75% of the price bid for stormwater pollution prevention plan will be paid until such time as sodding is deemed complete and erosion control measures can be removed. The bid price shall include fees charged the Contractor by regulatory agencies for permit coverage. 1.10 DEMOLITION OF FLATWORM ,..s A. Payment will be made at the unit price bid for each flatwork demolition location called for on the plans. This item shall include, but is not limited to, saw -cutting, chopping, lifting, loading, hauling, and disposal. No partial payment will be made for this item. Demolition at a particular location must be 100 percent complete, including removal of rubble and other demolition materials from the site, and disposed in accordance with specifications, for a progress payment to be eligible for that particular location. 1.11 FOUR-WAY INLETS A. Payment will be made at the unit price bid for each four-way inlet, of the specified height, furnished and installed. This item shall include, but is not limited to, the excavation required for each inlet structure, the bedding and the backfill, the reinforced concrete for the structure, rings and covers, all other appurtenances, and the connections to the storm sewer pipe. The quantity eligible for payment shall be the number of four-way inlets of the specified height furnished and installed in accordance with the plans and specifications. 1.12 NEW CONCRETE FLATWORM A. Payment will be made at the price bid for each new flatwork location shown on the drawings associated with the new inlets under this project. This item- shall include, but is not limited to, excavation for the flatwork, bedding, concrete, reinforcement, forms, curbs, finishing, curing, and backfrll. Fifty percent of the payment eligible at a particular location may be paid once the new concrete flatwork has been placed, finished, and is in the process of curing. The remaining 50 percent eligible for payment at a particular location may be. 01257701 MEASUREMENT AND PAYMENT 01020 - 3 """' 07/03 paid upon completion of the 28-day curing period and completion of backfilling and grading. 1.13 SIDEWALK CURB A. Payment will be made at the unit price bid per linear foot of sidewalk curb. Measurement shall be the actual linear footage of sidewalk curb installed according to the plans and specifications including the taper lengths at transitions to new concrete flatwork and new concrete curb taper lengths at existing flatwork where such flatwork is to remain in place. Gaps in the concrete sidewalk curb do not count as tapers or transitions, and such gap lengths will not be accounted. Payment for sidewalk curb shall include, but not be limited to, excavation, forms, bedding, concrete, reinforcement, expansion joints, curing, finishing, backfill, and grading. 1.14 FORCE MAIN A. Payment for force main will be made at the lump sum price bid, furnished and installed, complete in place in accordance with the plans and specifications. Payment for force main shall include, but not be limited to, pipe .construction, pipe materials, fittings, .excavation, backfill, thrust blocks, forms for thrust blocks, isolating existing force main, and testing. This item is eligible for partial payment. Fifty percent of the lump sum price bid may be paid upon the force being installed in place, including thrust blocks, inlet penetrations and existing force main isolation, but not yet backfilled or tested. The remaining'50 percent may be paid upon completion of trench backfdl and testing of the new installation. PART 2 - MATERIALS Not Used PART 3 - EXECUTION Not Used END OF SECTION 010.20 01257701 MEASUREMENT AND PAYMENT 01020 - 4 07/03 SECTION 01027 W4 APPLICATIONS FOR PAYMENT PART1-GENERAL 1.1 SECTION INCLUDES A. Procedures for preparation and submittal of Applications for Payment. 1.2 RELATED SECTIONS A. Agreement: Contract Sum/Price and unit prices. B. General Conditions: Progress Payments and Final Payment. C. Document 01028 - Change Order Procedures: Procedures for changes to the Work. D. Section 01300 - Submittals: Submittal procedures. E. Section 01700 - Contract Closeout: Final Payment. 1.3 FORMAT A. EJCDC 1910-8-E - Application for Payment including .continuation sheets when required, or Owner forms, or Owner -approved form of the Contractor. B. For each item, provide a column for listing: Item Number; Description of work; Scheduled Value, Previous Applications; Work in Place; Authorized Change Orders; Total Completed; Percentage of Completion; Balance to Finish; and Retainage. 1.4 PREPARATION OF APPLICATIONS A. Present required information in typewritten form. B. Execute certification by signature of authorized officer. C. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed and for stored products. D. List each authorized Change Order as an extension on continuation sheet, listing Change Order number and dollar amount as for an original item of Work. E. Prepare Application for Final Payment as specified in Section 01700. 1.5 SUBMITTAL PROCEDURES A. Submit four copies of each Application for Payment. B. Submit an updated construction schedule with each Application for Payment, if required by Owner. C. Payment Period: Submit at intervals stipulated in the Agreement. 1.6 SUBSTANTIATING DATA A. When Engineer requires substantiating information, submit data justifying dollar amounts in question. B. Provide one copy of data with cover letter for each copy of submittal. Show Application number and date, and line item by number and description. 01257701 APPLICATIONS FOR PAYMENT 01027 - 1 '"'" 07/03 PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01257701 APPLICATIONS FOR PAYMENT - 01027 - 2 07/03 SECTION 01028 CHANGE ORDER PROCEDURES PART1-GENERAL 1.1 SECTION INCLUDES A. Submittals. B. Documentation of change in Contract Sum/Price and Contract Time. C. Change procedures. D. Stipulated Price change order. E. Unit price change order. F. Time and material change order. G. Execution of change orders. H. Correlation of Contractor submittals. 1.2 RELATED SECTIONS A. Document - General Contract Conditions. B. Section 01019 - Contract Considerations; Section 01027 - Applications for Payment: Payment applications. C. Section 01300 - Submittals: Work schedule. D. Section 01600 - Material and Equipment: Product options and substitutions. E. Section 01700 - Contract Closeout: Project Record Documents. 1.3 SUBMITTALS A. Submit name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms: EJCDC 1910-8-B Change Order, Owner's form, or other form approved by Owner. 1.4 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Maintain detailed records of work done on a time and material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. B. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. C. Provide additional data to support computations: 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. 3. Overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from Contract, similarly documented. 6. If subcontracted, provide subcontractor documentation according to General Contract Conditions and this specification. Show Contractor markup on subcontractor changes. 01257701 CHANGE ORDER PROCEDURES 01028 = 1 ^07/03 D. Support each claim for additional costs, and for work done on a time and material basis, with additional information: 1. Origin and date of claim. 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. . 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. Show Contractor markup on subcontractor work. 1.5 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications and a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. C. The Contractor may propose a change by submitting a request for change to the Engineer, describing the proposed change and its full effect on the Work, with a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. r.. Document any requested substitutions in accordance with Section 01600. 1.6 CONSTRUCTION CHANGE AUTHORIZATION A. Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate method of determining any change in Contract Sum/Price or Contract Time. C. Promptly execute the change in Work. 1.7 STIPULATED PRICE CHANGE ORDER A. Based on Proposal Request and Contractor's maximum price quotation or Contractor's request for a Change Order as approved by Engineer. 1.8 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 1.9 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. Engineer- will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. 01257701 CHANGE ORDER PROCEDURES 01028 - 2. '"07/03 OP" C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 1.10 EXECUTION OF CHANGE ORDERS A. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.11 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -schedules to adjust time for other items of work affected by the change, and resubmit. . C. Promptly enter changes in Project Record Documents. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used 01257701 CHANGE ORDER PROCEDURES 01028 '" 07/03 woo SECTION 01039 COORDINATION AND MEETINGS -+ PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Contract Conditions, Special Provisions and Division 1 - General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Coordination. B. Partnering meeting. C. Progress meetings. 1.3 COORDINATION A. Coordinate scheduling, submittals, and work of the various Sections of the Specifications to assure efficient and orderly sequence of installation of interdependent construction elements. B. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion. C. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 PRECONSTRUCTION MEETING ,.� A. Owner's representative will schedule a meeting after Notice to Proceed. B. Attendance Required: Owner, Contractor and major Subcontractors. C. Agenda: 1. Distribution of executed Contract Documents. 2. Submission of list of Subcontractors, list of products and progress schedule. 3. Designation of personnel representing the parties in Contract and the Engineer. 4. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 5. Schedules. 6. Scheduling activities of construction testing lab. 7. Use of premises by Owner and Contractor. 8. Owner's requirements. 9. Construction facilities and controls provided by Owner. "* 10. Survey layout. 11. Security and housekeeping procedures. 12. Procedures for testing. *� 13. Procedures for maintaining record documents. 14. Inspection and aoceptance of equipment or improvements put into service during construction period. ,�. 15. Other items as deemed necessary by Owner or Engineer. 01257701 COORDINATION AND MEETINGS' 01039 - 1 07/03 D. Record minutes and distribute copies within three days after meeting to participants with two copies to Owner's representative and those affected by decisions made. 1.5 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at maximum monthly intervals. B. Engineer will make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. ~' 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Record minutes and distribute copies within three days to Engineer, participants, and those affected by decisions made. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Verify that existing substrate. is capable of structural attachment of new Work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. END OF SECTION M." 01257701 COORDINATION AND MEETINGS 01-039 2 "' 07/03 PMO SECTION 01100 SUMMARY OF WORD PART 1-GENERAL 1.1 SECTION INCLUDES A. Work covered by Contract Documents. B. Contract. C. Work sequence. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and Special Provisions and other Division 1 Specification Sections, apply to this Section. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Project Identification: Project consists of Miller Park Drainage Improvements. 1. Project Location: Lubbock, Texas. 2. Owner: City of Lubbock, Texas. B. Work -Summary 1. Project consists of approximately 0.52 miles of gravity flow 2-4-inch diameter stormwater pipeline; connecting various inlet structures and conveying surface water runoff to the Miller Park lake. 2. The work includes: a. Rigid wall and/or flexible wall pipe installation. b. Manhole installation. C. Inlet structures (reinforced concrete). d. Demolition of existing concrete improvements. e. Grading and erosion protection. f. Traffic control. g. Re-establishment of vegetation. h. Concrete flatwork and curbs. 1.4 CONTRACT A. Project will be constructed under a general construction contract. PART 2 - PRODUCTS Not Used 01257701 SUMMARY OF WORK 01100 - 1 07/03 .-, ,01257701 SUMMARY OF WORK 01100 - 2 "" 07/03 W., 0- SECTION 01140 WORK RESTRICTIONS PART 1- GENERAL 1.1 SECTION INCLUDES A. Use of premises. B. Special scheduling requirements. C. Working period. D. Utility cutovers and interruptions. E. Noise restrictions. F. Occupancy requirements. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and Special Provisions and other Division 1 Specification Sections, apply to this Section. 1.3 USE OF PREMISES A. Use of Site: Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. 1. Limits: Confine construction operations to within the limits of the construction easement or right-of-way as shown on plans. In parks, in storm water storage and impoundment easements, and in other open areas, work is limited to a corridor of 50 foot total width along the proposed alignment without prior approval from the Engineer and the Owner. 2. Driveways and Entrances: Keep driveways and entrances serving premises clear and available to employees, residents, and emergency vehicles at all times, except when construction is immediately at that vicinity. Do not use these areas for parking or storage of materials. a-. a. Schedule construction to minimize obstruction of driveways and entrances. b. Driveways for residents who are handicapped in residential areas shall be kept in service to the extent feasible. Provide alternate assistance or access while driveway or street is blocked at any handicapped individual's residence. 1.4 SPECIAL SCHEDULING REQUIREMENTS A. Have materials, equipment, and personnel required to perform the work at the site prior to the commencement of the work. B. Permission to interrupt any utility service shall be requested in writing a minimum of 14 calendar days prior to the desired date of interruption. C. The work under this contract requires special attention to the scheduling and conduct of the work in connection with existing operations. Identify on the construction schedule each factor which constitutes a potential interruption to operations. 01257701 WORK RESTRICTIONS 01140 - 4 . ., 07/03 Now 1.5 WORKING PERIOD A. Working Hours - Regular- working hours shall be within a 10 hour period" between 7:00 a.m. and 5:00 p.m., Monday through Friday. The Owner reserves the right, at the Owner's discretion, to not allow work when it interferes with holiday times and traffic. B. Work Outside Regular Hours - Work outside regular working hours requires Owner's approval. Make application 14 calendar days prior to such work to allow arrangements to be made by the Owner for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. Based on the justification provided, the Owner may approve work outside regular hours. During periods of darkness, the different parts of the work shall be lighted in a manner approved by the Owner. Lighting shall be such that it does not cause nuisance conditions: C. The drawings contain specific requirements that affect certain areas of the work. 1.6 NOISE RESTRICTIONS A. 75 dB limit at face of nearest structure during normal daylight hours. B. 65 dB limit at face of nearest structure during .evening and nighttime hours in or near residential areas, when such evening or nighttime work is allowed by Owner. C. Contractor shall keep on site OSHA -approved hand portable sound measurement equipment for both the Owner's and the Contractor's use for measuring noise levels. 1.7 WORK SEQUENCE RESTRICTIONS A. The Owner has an existing pump discharge pipeline (force main) located to serve Lake No. 24 (Miller Park). Any use of this pump discharge pipeline by the Contractor must have prior permission of the Owner and shall be subject to Owner -defined restrictions on its use. Contractor will be responsible to reimburse the Owner for costs associated with the use of the pumps and the costs associated with the personnel to operate and maintain the pumps. B. Construction materials and debris in lake areas below flood elevations of the lake shall be weighted, removed daily, or otherwise prevented from becoming floating hazards should precipitation runoff enter the lake areas. C. Contractor shall make every effort not to impede the water quality of the lake area due to construction debris. 1.8 WATER FOR CONSTRUCTION A. Obtaining water for construction is Contractor's sole responsibility. B. Runoff water for construction use in compacting soil materials is available without charge *^- from an existing borrow area located north of Spur 327, and approximately 2,000 feet west of the intersection of Spur 327 with Frankford Avenue. The Contractor is responsible for pumping and hauling the water. No representation is made by Owner or Engineer as to the �•. reliability of the water source. C. Water is available from the potable water system of the City of Lubbock for construction purposes. The Contractor is responsible for all charges and arrangements for water ,," consumption from the potable water system. The Contractor shall make such arrangements directly with the City of Lubbock Water Utilities Department. The City will not furnish potable water free of charge for the construction work. Contractor is responsible for any required metering and hauling. 01257701 WORK RESTRICTIONS 01140 - 2 07/03 D. This section does not preclude Contractor. from seeking other water sources for use in construction. Such water sources shall meet the purity requirements for the intended use. Such arrangements for water from other sources are the responsibility of the Contractor. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 WORK AREA LIMITS A. Prior to any construction, the Contractor shall mark the areas that need not be disturbed under this contract. Isolated areas within the general work area which are to be saved and protected shall also be marked or fenced. Monuments and markers shall , be protected before construction operations commence. Where construction operations are to be conducted during darkness, the markers shall be visible. The Contractor's personnel shall be knowledgeable of the purpose for marking and/or protecting particular objects. END OF SECTION 01140 r- SECTION 01310 "" PROGRESS SCHEDULES PART1-GENERAL 1.1 SECTION INCLUDES A. Format. B. Content. C. Revisions to schedules. D. Submittals. 1.2 RELATED SECTIONS A. Section 01010 - Summary of Work: Work sequence. B. Section 01027 - Applications for Payment: Application for payment. C. Section 01300 - Submittals: Product data, and samples. 1.3 FORMAT A. Sequence of Listings: The chronological order of the start of each item of Work. B. Scale and Spacing: To provide space for notations and revisions. C. Sheet Size: Minimum 81/2 x 11 inches. D. Submit only if requested by Engineer or Owner at preconstruction or partnering conference. E. Maintain monthly updates to schedule. 1.4 CONTENT Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. A. Identify each item by specification Section number. B. Provide sub -schedules to define critical portions of the entire Schedule. C. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. D. Provide separate schedule of submittal dates for shop drawings, product data, samples, and dates reviewed submittals will be required from Engineer. Indicate decision date for selection of finishes. 1.5 REVISIONS TO SCHEDULES A. Indicate progress of Each activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 01257701 PROGRESS SCHEDULES 01310 - 1 F"" 07/03 ... 0 1.6 SUBMITTALS A. Submit initial Schedules within 10 days after date established in Notice to Proceed. After review, resubmit required revised data within 10 days. B. Submit revised Progress Schedules with each Application for Payment. C. Submit the number of opaque reproductions which Contractor requires, plus two copies which will be retained by Engineer. 1.7 DISTRIBUTION A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in Schedules. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION. 01257701 PROGRESS SCHEDULES 01310 - 2. 07/03 SECTION 01330 SUBMITTAL PROCEDURES op. PART 1- GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other miscellaneous submittals. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information that requires Owner's or Engineer's responsive action. Submittals may be rejected for not complying with requirements. B. Informational Submittals: Written information that does not require Owner's or Engineer's approval. Submittals may be rejected for not complying with requirements. 1.4 SUBMITTAL PROCEDURES A. General: Electronic copies of CAD Drawings of the Contract Drawings will not be . provided by Owner or Engineer for Contractor's use in preparing submittals. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. PM 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Owner and Engineer reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. C. Submittals Schedule: Comply with requirements in Division 1 Section "Construction Progress Documentation" for list of submittals and time requirements for scheduled ... performance of related construction activities. D. Processing Time: Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Owner's or Engineer's receipt of submittal. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. Owner or Engineer will advise Contractor when a submittal being processed must be delayed for coordination. 2. Concurrent Review: Where concurrent review of submittals by Engineer's consultants, Owner, or other parties is required, allow 21 days for initial review of each submittal. 01.257701 SUBMITTAL PROCEDURES 013304 '"" 07/03 0 3. If intermediate submittal is necessary, process it in same manner as initial submittal. 4. Allow 15 days for processing each resubmittal. 5. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to permit processing. E. Identification: Place a permanent label or title block on each submittal for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 4 x 8 inches on label or beside title block to record Contractor's review and approval markings and action taken by Owner or Engineer. 3. Include the following information on label for processing and recording action taken: a. Project name. ,., b. Date. C. Name and address of Owner. d. Name and address of Contractor. e. Name and address of subcontractor. f. Name and address of supplier. g. Name of manufacturer, if different than supplier. h. Unique identifier, including revision number. "" ` i. Number and title of appropriate Specification Section. j. Drawing number and detail references, as appropriate. k. Other necessary identification. F. Deviations: Highlight, encircle, or otherwise identify deviations from the Contract Documents on submittals. G. Additional Copies: Submit specified number of copies to Owner or Engineer. Submit additional copies if required by Contractor for his work. Unless additional. copies are required for final submittal, and unless Owner or Engineer observes noncompliance with provisions of the Contract Documents, initial submittal may serve as final submittal if approved by Owner or Engineer. H. Transmittal: Package each submittal individually and appropriately for transmittal - and handling. Transmit each submittal using a transmittal form. Owner and/or Engineer will discard submittals received from sources other than Contractor. 1. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information; requests for data, revisions other than those requested by Owner or Engineer on previous submittals, and deviations from requirements of the Contract Documents, including minor variations and limitations. Include the same label information as the related submittal. 2. Include Contractor's certification stating that information submitted complies with requirements of the Contract Documents. 3. Transmittal Form: Use Contractor's business transmittal form. Provide locations on form for the following information: a. Project name. b. Date. c. Destination (To:). d. Source (From:). e. Names of subcontractor, manufacturer, and supplier. f. Category and type of submittal. g. Submittal purpose and description. h. Submittal and transmittal distribution record. i. Remarks. j. Signature of transmitter. 01257701 SUBMITTAL PROCEDURES 01330-2 07/03 r 0. I. Distribution: Furnishropies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. J. Use for Construction: Use only final submittals with mark indicating action taken by Owner or Engineer in connection with construction. PART 2-PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. 1. Number of Copies: Submit four copies of each submittal, unless otherwise indicated. The four copies will be retained by the Owner or Engineer. Any additional copies that the Contractor may need for his operations will be in addition to the four copies required. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. i. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's product specifications. b. Manufacturer's installation instructions. C. Standard color charts. d. Manufacturer's catalog cuts. e. Printed performance curves. f. Compliance with recognized testing agency standards. g. Application of testing agency labels and seals. h. Notation of coordination requirements. C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Include the following information, as applicable: a. Dimensions. b. Identification of products. C. Fabrication and installation drawings. d. Schedules. e. Design calculations. f. Compliance with specified standards. g. Notation of coordination requirements. h. Notation of dimensions established by field measurement. 2. Sheet Size: Submit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger than 24 by 36 inches. 3. Number of Copies: Submit four blue- or black -line prints of each shop drawing submittal. Owner and Engineer will retain all four prints. 01257701 SUBMITTAL PROCEDURES 01330 - 3 "" 07/03 N"M D. Samples: Prepare physical units of materials or products, including -the following: 1. Samples for Initial Selection: Submit manufacturer's color chartsconsisting of units or sections of units showing the full range of colors, textures, and patterns available. a. Refer to individual Specification Sections for requirements for Samples that illustrate workmanship, fabrication techniques, details of assembly, connections, operation, and similar construction characteristics. 2. Disposition: Maintain sets of approved test panels at Project site, available for quality -control comparisons throughout the course of construction activity. Test panels may be used to determine final acceptance of construction associated with each set. a. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at time of use. b. Test panels that are not designated as Owner's property, are the property of Contractor. Regardless of property ownership, test panels shall not be removed until approved to do so by the Engineer. 2.2 INFORMATIONAL SUBN=ALS A. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. Include the following, as applicable: 1. Preparation of substrates. 2. Required substrate tolerances. 3. Sequence of installation or erection. 4. Required installation tolerances. low 5. Required adjustments. 6. Recommendations for cleaning and protection. B. Manufacturer's Field Reports: Prepare written information documenting factory -authorized ,�.. service representative's tests and inspections. Include the following, as applicable: 1. Name, address, and telephone number of factory -authorized service representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. C. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage- D. Construction Videotapes: Comply with requirements in Division 1 Section "Photographic �., Documentation". 01257701 SUBMITTAL PROCEDURES 01330 - 4 07/03 rpm PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Owner or Engineer. B. Approval Stamp: Stamp each submittal with a uniform approval stamp. Include Project name and location, submittal number, Specification Section title and number, nameof reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 OWNER'S AND ENGINEER'S ACTION A. General: Owner or Engineer will not review submittals that do not bear Contractor's approval stamp and will return them without action. B. Action Submittals: Owner or Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. C. Informational Submittals: Owner or Engineer will review each submittal and will not return it, or will reject and return it if it does not comply with requirements. D. Submittals not required by the Contract Documents will not be reviewed and may be discarded. END OF SECTION 01330 01257701 SUBMITTAL PROCEDURES 01330 -.5 07/03 SECTION 01356 STORM WATER POLLUTION PREVENTION PLAN (SWPPP) PART 1- GENERAL 1.1 GENERAL A. The Contractor shall implement the storm water pollution prevention measures specified in this section and shown on the drawings in a manner which will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES) permit. The Contractor shall ,-, be responsible for any fines or penalties. assessed by the Texas Commission on Environmental Quality (TCEQ) for failure to make required inspections, failure to properly document those inspections, and/or failure to adequately implement the storm water . pollution prevention measures specified or shown on the drawings, or for noncompliance with the TPDES General Permit. The Contractor shall submit his Notices of intent and his . Notices of Termination independently of the Owner.. 1.2 SITE DATA A. Description 1. Miller Park Drainage improvements Project — Gravity storm sewer to intercept nuisance runoff at Miller Park playa lake. B. Location C. Project Operator(s) 1. City of Lubbock, Texas Department of Street and Drainage Engineering 1625 13'b Street Lubbock, Texas 79401 D. Contractor(s) E. Nature of Construction Activities 1. Installation of gravity storm sewer system, demolition/repair of concrete flatwork. F. Sequence of Scheduled Activities 1. Demolition of existing concrete flatwork. 2. Trenching. 3. Storm Sewer Pipe Installation. a-. 4. Backfill/Compaction. 5. New concrete flatwork. 6. Realignment of existing force main. 7. Construction of storm sewer inlet structures. 8. Finished grading, stabilization of disturbed areas. G. Site Area/Area to be Disturbed (See Table SP-1, this specification section). H. Pre/Post-Construction Runoff Coefficients (100-Yr. 24-Hr.) 1. Urban Areas — 0.6610.66. 2. Park Areas — 0.36/0.36. I. Soil Classifications (See Table SP-1, this specification section). J. Receiving Body of Water (See Table SP-1, this specification section). K. This project is defined as a Large Construction Activity in accordance with TCEQ definition. 01257701 STORM WATER POLLUTION PREVENTION PLAN (SWPPP) 01356 -1. 07/03 L. Endangered/Threatened Species 1. The U.S. Fish and Wildlife Service and the Texas Parks and Wildlife Department list the following species endangered or threatened: a. Whooping Crane. b. Bald Eagle. 2. The Texas Parks and Wildlife Department lists the following species under the listed categories: a. Federal Category 1: Mountain Plover, Swift Fox. b. State Threatened: Texas Horned Lizard. C. Other Species of Concern: Western Burrowing Owl, Migrant Loggerhead Shrike. •-3. Contractor shall verify that the species listed above do not exist within the construction area prior to beginning work. 4. The Owner performed coordination with the U.S. Fish and Wildlife Service and the Texas Parks and Wildlife Department in 1997 during the feasibility study stage for this park area storm drainage. The written responses from the two agencies are presented in that study and are available upon request for the Contractor's information. M. Submit Notice of Intent to TCEQ prior to beginning construction. Post and maintain a 4 u signed copy of the NOI at the construction site so that any member of the public may see and read it. Provide the Owner with a copy of the Contractor's signed NOL Comply with TCEQ General Permit. n N. Submit Notice of Termination to TCEQ upon final stabilization of construction disturbed areas. 1.3 REFERENCES �P•. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM D 4439 (1997) Standard Terminology for Geosynthetics ASTM D 4491 (1996) Water Permeability of Geotextiles by Permittivity ASTM D 4533 (1991; R 1996) Trapezoid Tearing Strength of Geotextiles ASTM D 4632 (1991; R 1996) Grab Breaking Load and Elongation of Geotextiles ASTM D 4751 (1995) Determining Apparent Opening Size of a Geotextile ASTM D 4873 (1995) Identification, Storage, and Handling of Geosynthetic Rolls 1.4 SUBMITTALS A. Mill certificate or affidavit for approval of filter fabric. B. Inspection Reports 1.5 EROSION AND SEDIMENT CONTROLS A. General 1. Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or other wise limit run-off and the discharge of pollutants 01257701 STORM WATER POLLUTION PREVENTION PLAN (SWPPP) 01356 - 2 "' 07/03 .., s-a from exposed areas of the site. Structural practices shall be implemented in a timely manner during the construction process to minimize erosion and sediment run-off. Structural practices shall include, but are not limited to the following devices in paragraphs 1.5.11 through 1.5.F. B. Stabilized Ingress/Egress 1. Stabilized access to and from the construction site shall be installed as soon as practical and may be addressed in one of the following manners: a. Gravel access drive of sufficient size to "knock -off' pollutants and tracked sediment from vehicle tires and to allow for wash -down. The aggregate should be 4 to 8 inches in diameter and placed in a layer with a minimum thickness of 6 inches. -- b. Concrete driveway {or other existing private paved area). C. Railroad timber platform with gravel base. 2. In all cases, Contractor shall ensure that any soil tracked off -site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. The Contractor or other responsible party shall check for any pollutants (mud,: silt, sand, cement, construction materials, etc.) tracked or washed off -site and perform necessary clean-up measures at the end of each work day. C. Silt Fences 1. The Contractor shall provide silt fences as a temporary structural 'practice to minimize erosion and sediment runoff. Silt fences shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill. erosion (e.g.clearing and grubbing, excavation, embankment, and grading). Final removal of silt fence barriers shall be *�+ upon approval of the Engineer. In general, silt fencing shall be provided as follows: a. Along the downhill perimeter edge of all areas disturbed. b. Along the top of the slope or top bank of drainage ditches, channels, swales, concrete valley gutters, etc. that traverse disturbed areas. C. Along the toe of cut slopes and fill slopes of the construction areas. d. Perpendicular to the flow in the bottom of existing drainage ditches, channels, swales, concrete valley gutters etc. that traverse disturbed areas or carry runoff from disturbed areas. e. Perpendicular to the flow in the bottom of new drainage ditches, channels, and ,swales. ' f. At the entrance to culverts that receive runoff from disturbed areas. D. Straw Bales 1. The Contractor may provide bales of straw as a temporary structural practice to minimize erosion and sediment runoff. Bales shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., clearing and grubbing, excavation, embankment, and grading) in' each independent. runoff area (e.g., after clearing and grubbing in an area between a ridge and drain, bales shall be placed as work progresses, bales shall be removed/replaced/relocated as needed for work to progress in the drainage area). Straw bales must remain in good condition, or they shall be replaced. Final removal of straw bale barriers shall be upon approval by the Engineer. E. Dikes 1. Diversion dikes shall have a maximum channel slope 'of .2 percent and shall be adequately compacted to prevent failure. The minimum height measured from the top of the dike to the bottom of the channel shall be 18 inches. The minimum base width shall be 6 feet and the minimum top width shall be 2 feet. The Contractor shall ensure that the diversion dikes are not damaged by construction operations or traffic. 01257701 STORM WATER POLLUTION PREVENTION PLAN (SWPPP) 01356 = 3 "" 07/03 !P" F. Site Stabilization L Contractor shall disturb the least amount of site area as possible.. 2. Stabilization measures may include any of the following measures: a. temporary or permanent seeding or sodding, b. mulching, C. geotextiles, d. vegetative buffer stips. 3. Stabilization measures shall be implemented within 14 calendar days in areas where construction activities will cease for more than 21 calendar days. However, in semi- and climates such as West Texas, stabilization measures should be implemented "as soon as practical." Where the initiation of stabilization measures by the 14" calendar •-, day after construction activity temporarily or permanently ceases is precluded by unsuitable conditions caused by weather, stabilization measures shall be initiated "as soon as practical" afterconditions become suitable. 1.6 ANTICIPATED SOURCES OF NON -STORM WATER DISCHARGES A. Water used for soil or base conditioning, or other uses such as for mortar, concrete, etc. B. Water used for vehicle washings. C. Water used for dust control. D. Pavement washwater (non -detergent) where spills of toxic or hazardous materials have occurred. 1.7 POLLUTION PREVENTION MEASURES A. All vehicles on -site shall be monitored for leaks. Equipment leakage shall be cleaned and/or removed upon discovery. ,.� B. Concrete trucks shall be required to discharge surplus concrete or drum -wash at a designated location. These waste materials shall be removed from the site at least once per 7 calendar days during dry periods and more frequently during expected wet periods. The materials shall be legally disposed off -site. Alternatively, concrete trucks shall not be allowed to discharge waste materials on -site. C. All products kept on -site shall be stored in their original containers with the manufacturer's label intact. Material safety data sheets (MSDS) shall be kept if applicable. All products shall be used in accordance with the manufacturer's instructions, and all spills shall be cleaned immediately. Containers shall not be exposed to precipitation. D. Final disposal of all excess product and product containers shall be accomplished according to the manufacturer's instructions and in accordance with all applicable rules, regulations, and laws. E. Contractor shall report any spills of reportable quantities of oil or other materials (if spills occur) to the appropriate regulating authorities. PART 2 - PRODUCTS 2.1 COMPONENTS FOR SILT FENCES A. Filter Fabric L The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of polymeric filaments which are formed into a stable network such that filaments retain their relative positions. The filament shall consist of a long -chain 01257701 STORM WATER POLLUTION PREVENTION PLAN (SWPPP) .01356 -. 4 PM 07/03 synthetic polymer composed of at least 85 percent by weight of ester, propylene, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic to make the filaments resistant to deterioration due to ultraviolet and heat exposure. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life at a temperature range of 0 to 120 degrees F. The filter fabric shall meet the following requirements: fpft FILTER FABRIC FOR SILT FENCE PHYSICAL PROPERTY TEST PROCEDURE REQUIREMENT Grab Tensile ASTM D 4632 100 lbs. min. Elongation ASTM D 4632 30% max. Trapezoid Tear ASTM D 4533 55 lbs. min. Permittivity ASTM D 4491 0.2 sec -1 AOS (U.S. Std. Sieve) ASTM D 4751 20-100 B. Silt Fence Stakes and Posts 1. The Contractor may use either wooden stakes or steel posts for fence construction. Wooden stakes utilized for silt fence construction shall have a minimum cross section of 2 inches by 2 inches when hardwood is used and 2 inches by 4 inches when pine is used, and shall have a minimum length of 4 feet. Steel posts (standard "U" or "T" section) utilized. for silt fence construction shall have a minimum weight of 1.33 pounds per linear foot and a minimum length of 4 feet. C. Mill Certificate or Affidavit 1. A mill certificate or affidavit shall be provided attesting that the fabric and factory seams meet chemical, physical, and manufacturing requirements specified above. The mill certificate or affidavit shall specify the actual Minimum Average Roll Values and shall identify the fabric supplied by roll identification numbers. The Contractor shall submit a mill certificate or affidavit signed by a legally authorized official from the company manufacturing the filter fabric. D. Identification Storage and Handling 1. Filter fabric shall be identified, stored and handled in accordance with ASTM D 4873. 2.2 COMPONENTS FOR STRAW BALES A. Straw Bales 1. The straw in the bales shall be stalks from oats, wheat, rye, barley, rice, or from grasses such as byhalia, bermuda, etc., furnished in air dry condition. The bales shall have a nominal cross section of 14 inches by 18 inches and be.36 inches in length. Allowance will be made for dimensional variation for different hay baler equipment manufacturers, such as John Deere, New Holland, Oliver, International, Hesston, etc. All bales shall be either wire -bound or string -tied. The Contractor may use either wooden stakes or.3/8" rebar to secure the straw bales to the ground.. Wooden 01257701 STORM WATER POLLUTION PREVENTION PLAN (SWPPP) 01356 = 5 '"" 07/03 stakes utilized for this purpose shall have minimum dimensions of 2 inches x 2 inches in cross section and shall have a minimum length of 3 feet. Rebar utilized for securing straw bales shall have a minimum diameter of 3/8 of an inch and a minimum length of 3 feet. PART 3 - EXECUTION 3.1 INSTALLATION OF SILT FENCES A. Silt fences shall extend a minimum of 16 inches above the ground surface and shall not exceed 34 inches above the ground surface. Filter fabric shall be from a continuous roll cut to the length of the barrier to avoid the. use of joints. When joints are unavoidable, filter fabric shall be spliced together at a support post, with a minimum 6 inch overlap, and securely sealed. A trench shall be excavated approximately 4 inches wide and 4 inches deep on the upslope side of the location of the silt fence to anchor the bottom of the silt fence. The 4-inch by 4-inch trench shall be backfilled and the soil compacted over the filter fabric. Silt fences shall be removed upon approval by the Engineer. 3.2 INSTALLATION OF STRAW BALES A. Straw bales shall be placed in a single row, lengthwise on the contour, with ends of adjacent bales tightly abutting one another. Straw bales shall be installed so that bindings are oriented around the sides rather than along the tops and bottoms of -the bales in order to •� prevent deterioration of the bindings. The barrier shall be entrenched and backfilled. A trench shall be excavated the width of a bale and the length of the proposed barrier to a minimum depth of 4 inches. After the bales are staked and chinked (gaps filled by wedging with straw), the excavated soil shall be backfilled against the barrier. Backfill soil shall conform to the ground level on the downhill side and shall be built up to 4 inches against the uphill side of the barrier. Loose straw shall be scattered over the area immediately uphill from a straw bale barrier to increase barrier efficiency. Each bale shall be securely anchored by at least two stakes driven through the bale. The first stake or repar in each bale shall be driven toward the previously laid bale to force the bales together. Stakes or rebar shall be driven a minimum 18 inches deep into the ground to securely anchor the bales. 3.3 MAINTENANCE A. Maintenance and repair of all erosion, sedimentation, and stabilization measures identified ; in these specifications and the drawings shall be performed in a timely manner on an as - needed basis. All control measures shall be kept in good operating condition to assure their •• effectiveness. The Contractor shall be responsible for implementation of specific measures and shall also be responsible for their maintenance and repair. 3.4 INSPECTIONS A. The Contractor shall provide a qualified person or persons to perform regular inspections of the measures and to complete appropriate inspection reports. 1. Inspections shall be performed on the following: a. Disturbed areas and storage areas exposed to precipitation shall be checked for evidence of and the possibility for discharge of pollutants. 01257701 STORM WATER POLLUTION PREVENTION PLAN (SWPPP) 01356 - 6 07/03 GQ b. Erosion and sediment control measures identified in the SWPPP and- its amendments shall be checked to assure they are performing the intended function. C. Storm water discharge locations shall be checked to determine if erosion control measures implemented are effective in the prevention of significant impacts upon the receiving waters identified in the SWPPP. d. Vehicle ingress -egress areas. shall be checked to determine if off -site tracking of sediment is being effectively controlled. 2. Regular inspections shall be performed at least once every fourteen (14) calendar days, and within twenty-four (24) hours after a rain event totaling one-half inch (0.5") or more. However, for portions of the site which have been finally stabilized ..; or during seasonal dry periods, frequency of these inspections may be reduced to at least once each month. 3. If warranted based on inspection reports identifying specific needs, the site description information and the pollution prevention practices specified in the SWPPP shall be revised as appropriate. In no instance shall the required revisions be implemented later than seven (7) calendar days beyond the date of the inspection identifying the deficiencies. 4. Inspection reports shall be made for each inspection performed and shall be retained as part of the SWPPP for a minimum period of three (3) years following the date of final stabilization of the site. Inspection reports shall contain the following information: a. A copy of the SWPPP plan. b. Name(s) of person(s) performing the inspection. c. Date(s) of the inspection. d. Copy of the construction site notice. e. Major observations with respect to the implementation of the .various . ..� measures detailed in the SWPPP and its amendments. f. Actions taken in accordance with Item 4 above. g. Data used to complete the NOI. 5. Where an inspection report does not identify any incidents of non-compliance, the report shall contain a certification that the facility is in compliance with the SWPPP and the published TPDES General Permit for 'Storm Water -Discharges From Construction Activities that are classified as "Associated With Industrial Activity." 6. All inspection reports shall be signed in accordance with requirements of the referenced General Permit. 7. Two copies of each inspection report shall be forwarded to the Engineer, one copy of which the Engineer will forward to the Owner. 3.5 SIGNATORY REQUIREMENTS A. Any person required to sign documents necessary under the instructions of the General Permit shall make the certification statement stated in the General Permit. END OF SECTION 01356 01257701 STORM WATER POLLUTION PREVENTION PLAN (SWPPP) 01356 . - T "" 07/03 TABLE SP-1. SUMMARY OF SWPPP DATA YA 5ITE/PARK DISTURBED RECEIVING NAME LAKE NO. LAT. LONG. AREA AREA SOIL TYPES' BODY OF (acres) (acres) WATER MILLER PARK 24S 33031'42" 101053'29" 38.6 4* Amarillo -Urban Land Complex (7) 24S Estacado -Urban Land Complex 20 al Designation) 1. Soil types from Soil Survey of Lubbock County, Te=,1979 by United States Department of Agriculture, Soil Conservation Service. Refer to this document for further descriptions and characteristics of soils listed. * Rounded to nearest acre. 01257701 STORM WATER POLLUTION PREVENTION PLAN 01356 - 8 03/03 xw. SECTION 01400 QUALITY REQUIREMENTS PART 1-GENERAL 1.1 SUM24ARY A. This Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality -control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's quality - control procedures that facilitate compliance with the. Contract Document requirements. •o. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary low Conditions and other Division 1 Specification Sections, apply to this Section. B. Divisions 2 through 16 Sections for specific test and inspection requirements. 1.3 DEFINITIONS A. Quality -Assurance Services: Activities, actions and procedures performed before and during execution of the Work to guard against defects and deficiencies and ensure that proposed construction complies with requirements. B. Quality -Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that completed construction complies with requirements. Services do not include contract enforcement activities performed by Engineer. 1.4 SUBMITTALS A. Qualification Data: For individuals employed by Contractor who will perform testing as required by the various specification Sections, submit at least 30 days prior to being used on the project the capabilities and experience of such individuals and the types of tests that the individual will perform. For outside testing agency employed by Contractor, submit submit at least 30 days prior to being used on the project the name, address and manager of such testing agency and the types of tests that the agency will perform. Such testing agency shall be acceptable to Owner prior to being used on the project. B. Reports: Prepare and submit written reports within 14 days following the date of the test that include the following: 1. Date of issue. 2. Project title and number. 01257701 QUALITY REQUIREMENTS 01400 -1 '"" 07/03 . 0-M 3. Name, address and telephone number of testing agency. If individual employed by OWN Contractor, use Contractor's name, address and telephone number. 4. Dates and locations of samples and tests. 5. Names of individuals making tests. 6. Description of the work and test method. 7. Identification of material, product and specification Section. 8. Complete test or inspection data. 9. Test results and interpretation of test results. 10. Ambient conditions at time of sample taking and testing. 11. Comments and opinion on whether tested work complies with the Contract Document requirements and the applicable specification Section. 12. Name and signature of individual performing the test if employee of Contractor, or name and signature of testing agency responsible person. 13. For failing tests, recommendations on retesting unless specification Sections provide 00% procedure for retesting. C. Professional Engineer Qualifications: Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of the kind indicated. D. Testing Agency Qualifications: An agency with the experience and capability to conduct testing indicated, as documented by ASTM E548, and that has .the.. capability and experience in the types of tests to be performed. E. Preconstruction Testing: Testing agency shall perform preconstruction testing with specified requirements for performance and test methods. The Contractor shall not perform preconstruction testing except through a third party testing agency. F. Testing Agency Responsibilities: Submit certified written report of each test and similar Quality Assurance service to .Contractor. Interpret tests and state in each report whether tested work complies with or deviates from the Contract Documents. 1.5 QUALITY CONTROL A. Owner Responsibilities:. Where quality -control services are indicated as Owner's or Engineer's responsibility, such services may be performed by Owner's own forces or by a qualified testing agency to perform these services. 1. Owner .or Engineer will furnish Contractor with names, addresses and telephone numbers of testing agencies engaged by Owner. 2. Owner may elect to have own forces, or a third -party. testing agency, observe and report on competency of Contractor's personnel performing quality control testing, inspect and ,report on Contractor's quality control testing equipment and the calibration of that equipment, and inspect and report on Contractor's procedures for quality assurance of construction materials tests and test reports. The Owner shall notify the Contractor of reported deficiencies revealed by the above inspections and observations. The Contractor shall correct such deficiencies. Should such •- deficiencies remain uncorrected, then the amount of the work represented by the deficiencies will be deemed as not conforming to the requirements of the contract documents and the specifications. B. Contractor Responsibilities: Provide quality control services required in the various specification Sections. 1. Where third -party testing agency is engaged by Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be performed. 01257701 QUALITY REQUIREMENTS 01400 - 2 "" 07/03 2. Contractor shall not engage the same testing agencies as the Owner, unless ..the . Owner agrees in writing to such engagement. 3. Where testing is indicated as Contractor's responsibility, submit certified written reports in duplicate of each testing service, whether performed by Contractor's personnel or Contractor -engaged testing agency. Such reports shall include failing tests and retests. 4. Testing requested by Contractor and not required by Contract Documents are Contractor's responsibility. 5. Cooperate with Owner and Engineer for Owner's testing of work. . _ 6. Where Contractor's personnel are performing tests, provide individuals with appropriate equipment to perform the tests in accordance with the test method requirements. Provide alternate equipment where the specified test method cannot be applied, and where alternative test methods and equipment must: be employed to provide the necessary quality control. C. Retesting: Regardless of whether original tests were Contractor's responsibility, provide quality -control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract_ Documents. D. Testing Agency Responsibilities: Cooperate with Engineer and Contractor in performance of duties. Provide qualified personnel and necessary equipment to perform required tests and inspections. 1. Notify Engineer and Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. 2. Interpret tests and inspections and state in each.report whether. tested and inspected work complies with or deviates from requirements. 3. Submit a certified written report, in triplicate, of each test, inspection, and similar quality -control service through Contractor. 4. Do not release, revoke, alter, or increase requirements of the Contract Documents or low approve or accept any portion of the Work. 5. Do not perform any duties of Contractor. E. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality -control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. 'Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field -curing of test samples. 5. Additional associated services required of Contractor for testing access .are listed in the specification Sections. 6. Delivery of samples to testing agencies. 7. Preliminary design mix proposed for use for material mixes that require control by testing agency. 8. Security and protection for samples and for testing and inspecting equipment at . Project site. F. Coordination: Coordinate sequence of activities to accommodate required quality - assurance and quality -control services with a minimum of delay .and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule times for tests, inspections, obtaining samples, -and similar activities. 01257701 QUALITY REQUIREMENTS 01400 - 3._ 07/03 V" G. Schedule of Tests and Inspections: Prepare a preliminary schedule of tests, inspections, and similar quality -control services required by the Contract Documents. Submit schedule within 30 days of date established for Notice to Proceed. 1. Distribution: Distribute schedule to Owner, Engineer, testing agencies, and each party involved in performance of portions of the Work where tests and.inspections are required. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION .w 3.1 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair ,..k damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Sections of these Specifications. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. B. Protect construction exposed by or for quality -control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality -control services. END OF SECTION 01400 01257701 QUALITY REQUIREMENTS 01400 -. 4 ^`' 07/03 W„ ,%, SECTION 01420 REFERENCES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to .this Section. 1.2 SECTION INCLUDES A. This section of the specifications includes: 1. Summary of Industry Standards. 1.3 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract: B. "Approved": The term "approved," when used to convey Owner's or Engineer's action on Contractor's submittals, applications, and requests, is limited to Owner's or Engineer's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": Terms such as "directed," "requested," "authorized," "selected," "approved," .� "required," and "permitted" mean directed by Owner or Engineer, requested by Owner or Engineer, and similar phrases. D. "Indicated": The term "indicated" refers to graphic representations, notes, or schedules on Drawings or to other paragraphs or schedules in Specifications and similar requirements in the Contract Documents. Terms such as "shown," "noted," "scheduled," and "specified" are used to help the user locate the reference. E. "Regulations": The term "regulations" includes laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, as well as rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Provide": The term "provide" means to furnish and install, complete and ready for the intended use. G. "Installer": An installer is the Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub -subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. H. "Project site" is the space available for performing construction activities. 1.4 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent pow requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. 01257701 REFERENCES 01420 - 1 "' 07/03 V" B. Conflicting Requirements: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality MOO levels, comply with the most stringent requirement. Refer uncertainties and requirements that are different, but apparently equal, to Owner or Engineer for a decision before proceeding. 1. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Owner or Engineer for a decision before .�. proceeding. C. Abbreviations and Acronyms for Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. AASHTO American Association of State Highway and (202) 624-5800 Transportation Officials www.aashto.org ACI American Concrete Institute/ACI (248) 848-3700 International www.aci-int.org ACPA American Concrete Pipe Association (972) 506-7216 www.concrete-pipe.org AI Asphalt Institute (606) 288-4960 www.asphaltinstitute.org AIA American Institute of Architects (The) (202) 626-7300 www.aiaonline.org AISC American Institute of Steel Construction, Inc. (800) 644-2400 www.aisc.org (312) 670-2400 AISI American Iron and Steel Institute (202) 452-7100 " www.steel.org ANSI American National Standards Institute (212) 642-4900 www.ansi.org ASCE American Society of Civil Engineers (800) 548-2723 www.ase.org (703) 295-6300 ASTM American Society for Testing and Materials (610) 832-9585 www.attm.org .w 01257701 REFERENCES 01420 - 2 07/03 AWWA American Water Works Association (800) 926-7337 www.awwa.org (303) 794-7711 CDA Copper Development Association Inc. (800) 232-3282 www.copper.org (212) 251-7200 CLFMI Chain Link Fence Manufacturers institute (301) 596-2584 www.chainlinldnfo.com (under construction) CPPA Corrugated Polyethylene Pipe Association (800) 510-2772 Division of Plastics Pipe Institute (419) 241-2221 .., www.cppa-info.org CRSI Concrete Reinforcing Steel Institute (847) 517-1200 . www.crsi.org CSI Construction Specifications Institute (The) (800) 689-2900 www.csinet.org (703) 684-0300 DHI Door and Hardware Institute (703) 222-2010 www.dhi.org EJMA Expansion Joint Manufacturers Association, (914) 332-0040 Inc. WOW www.ejma.org FM Factory Mutual System (See FMG) FMG FM Global (401) 275-3000 (Formerly: FM - Factory Mutual System) www.fhiglobal.com GRI Geosynthetic Research Institute (610) 522-8440 www.drexel.edu/gri BMMA Hollow Metal Manufacturers Association Division of National Association of Architectural Metal Manufacturers (See NAAMM) NAAMM National Association of Architectural Metal (312) 332-0405 Manufacturers www.naammorg NCMA National Concrete Masonry Association (703) 713-1900 www.ncma.org NRMCA National Ready Mixed Concrete Association (301) 587-1400 www.nmica.org 01257701 REFERENCES 01420 - 3 '"`` 07/03 *A* sus NSA National Stone Association (800) 342-1415 www.aggregates.org (202) 342-1100 NSF NSF International (800) 673-6275 (National Sanitation Foundation (734) 769-8010 International) www.nsf.org PCI Precast/Prestressed Concrete Institute (312) 786-0300 www.pci.org SDI Steel Deck Institute (847) 462-1930 www.sdi.org SDI Steel Door institute (440) 899-0010 www.steeldoor.org .� SSPC SSPC: The Society for Protective Coatings (800) 837-8303 www.sspc.org (412) 281-2331 poll TPI Turfgrass Producers International (800) 405-8873 www.turfgrasssod.org (847) 705-9898 UL Underwriters Laboratories Inc. (800) 704-4050 www.ul.com (847) 272-8800 D. Abbreviations and Acronyms for Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. BOCA BOCA International, Inc. (708) 799-2300 www.bocai.org CABO Council of American Building Officials (See ICC) IAPMO International Association of Plumbing and (909) 595-8449 Mechanical Officials (The) www.iapmo.org ICBO International Conference of Building Officials (800) 284-4406 www.icbo.org (562) 699-0541 ICC International Code Council (703) 931-4533 (Formerly: CABO - Council of American Building Officials) www.inticode.org 01257701 REFERENCES 01420 - 4 07/03 M" SBCCI Southern Building Code Congress International, Inc. (205) 591-1853 www.sbcci.org E. Abbreviations and Acronyms for Federal Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. CE Army Corps of Engineers (601) 634-2355 CRD Standards CFR Code of Federal Regulations (202) 512-1800 www.access.gpo.gov/nara/cfr EPA Environmental Protection Agency (202) 260-2090 www.epa.gov FED -STD Federal Standard (See FS) PS Federal Specification (Available from DOD, GSA, and NIBS) NIST National Institute of Standards and Technology (301) 975-2000 www.nist.gov OSHA Occupational Safety & Health Administration (202) 219-5000 (See CPR 29) www.osha.gov PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01420 01257701 REFERENCES 01420 - 5 07/03 SECTION 015M TEMPORARY FACILITIES AND CONTROLS .., PART 1- GENERAL 1.1 RELATED DOCUMENTS .lk A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. n 1.2 SUMMARY A. This Section includes requirements for temporary facilities and controls, including temporary utilities, support facilities, and security and protection facilities. B. Temporary utilities include, but are not limited to, the following: 1. Drainage water service. 2. Sanitary facilities, including toilets, wash facilities, and drinking -water facilities. Provide separate male and female sanitary facilities if females are present among Contractor's or sub -contractor's personnel. -� 3. Electric power service. 4. Telephone service. C. Support facilities include, but are not limited to, the following: 1. Temporary roads and paving. 2. Dewatering facilities and drains. 3. Project identification and signs. 4.. Field offices. 5. Storage and fabrication sheds. 6. Cofferdams. 7. Construction aids and miscellaneous services and facilities. D. Security and protection facilities include, but are not limited to, the following: 1. Environmental protection. 2. Stonmwater control. 3. Tree and plant protection. 4. Site enclosure fence. 5. Security enclosure and lockup. 6. Barricades, warning signs, and lights. 7. Security guard. E. Related Sections include the following: 1. Division 1 Section 01356, "Stormwater Pollution Prevention". 2. Division 1 Section 01555, `Barricades, Signs and Traffic Handling". 3. Division 2 Section "Dewatering" for disposal of ground water at Project site. 4. Division 2 Section "Hot -Mix Asphalt Paving" for construction and maintenance of asphalt paving for temporary roads and paved areas. 01257701 TEMPORARY FACILITIES AND CONTROLS 01500 -1 "� 07/03 1.3 USE CHARGES A. General: Cost or use charges for temporary facilities are not chargeable to Owner or Engineer and shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to, the following: 1. Owner. 2. Owner's forces. 3. Engineer. 4. Resident Project Representative. 5. Testing agencies. 6. Personnel of authorities having jurisdiction. B. Sewer Service: Pay sewer service use charges for sewer usage by all parties engaged in construction at project site if Contractor connects to City sewer system. C. Water Service: Pay water service use charges, whether metered or otherwise, for water used by all entities engaged in construction activities at Project site. D. Electric Power Service: Pay electric power service use charges, whether metered or otherwise, for electricity used by all entities engaged in construction activities at Project site. 1.4 QUALITY ASSURANCE A. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.5 PROJECT CONDITIONS A. Conditions of Use: The following conditions apply to use of temporary services and facilities by all parties engaged in the Work: 1. Relocate or remove temporary services and facilities as required by progress of the Work. PART 2 - PRODUCTS 2.1 MATERIALS A. General: Provide new materials. Undamaged, previously used materials in serviceable condition may be used if approved by Owner or Engineer. Provide materials suitable for use intended. . B. Pavement: Comply with Division 2 Section 02741 "Hot -Mix Asphalt Paving". C. Portable Chain -Link Fencing: Minimum 2-inch 9-gage, galvanized steel, chain link fabric fencing; minimum 6 feet high with galvanized steel pipe posts; minimum 2-3/8-inch- OD line posts and 2-7/8-inch- 00 comer and pull posts, with 1-5/8-inch- OD top and bottom rails. Provide galvanized steel bases for supporting posts. D. Water. Potable. 01257701 TEMPORARY FACILITIES AND CONTROLS 01500 - 2 07/03 "M PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required. B. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. 3.2 TEMPORARY UTILITY INSTALLATION �-. A. General: Engage appropriate local utility company to install temporary service or connect to existing service. Where utility company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with utility company recommendations. 1. Provide adequate capacity. 2. Obtain easements to bring temporary utilities to Project site where Owner's easements or property cannot be used for that purpose. B. Sewers and Drainage: If sewers are available, provide temporary connections to remove effluent that can be discharged lawfully. If neither sewers nor. drainage facilities can be lawfully used for discharge of effluent, provide containers to remove and dispose of effluent off -site in a lawful manner. 1. Filter out excessive soil, construction debris, chemicals, oils, and similar contaminants that might clog sewers or pollute waterways before discharge. 2. Connect temporary sewers to municipal system as directed by sewer department officials. 3. Maintain temporary sewers and drainage facilities in a clean, sanitary condition. ,..» After heavy use, restore normal conditions promptly. C. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking -water fixtures. Comply with regulations.: and health codes for type, number, location, operation, and maintenance of fixtures and facilities. 1. Disposable Supplies: Provide toilet tissue, paper towels, paper cups, and similar disposable materials for each facility. Maintain adequate supply. Provide covered waste containers for disposal of used material. D. Electric Power Service: Install electric power service underground, unless overhead service must be used. Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electrical Code. E. Telephone Service: Provide temporary telephone service throughout construction period for common -use facilities used by all personnel engaged in construction activities. Install separate telephone line for each field office. 1. Provide additional telephone lines for the following: a. In field office with more than two occupants, install a telephone for each additional occupant or pair of occupants. ,., b. Provide a dedicated telephone line for each facsimile machine and computer with modem in each field office. 2. At each telephone, post a list of important telephone numbers. a. Police and fire departments. b. Ambulance service. c. Contractor's home office. d. Contractor's field office. '""I` e. Contractor's emergency contact number. 01257701 TEMPORARY FACILITIES AND CONTROLS 01500 - 3 07/03 r-- f. "On -call" personnel. g. Engineers' office. h. Owner's office. i. Principal subcontractors' Meld and home offices. 3. Provide an answering machine or voice mail service on superintendent's telephone. 4. Furnish superintendent with electronic paging device for use when away from field office, or provide a portable cellular telephone with voice mail capability for superintendent's use in making and receiving telephone calls when away from field office. 3.3 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Locate field offices, storage sheds, sanitary facilities, and other temporary construction and support facilities for -easy access. Submit location of these facilities to Owner for approval. 2. Maintain support facilities until near Substantial Completion. Remove before Substantial Completion. B. Traffic Controls: Provide temporary traffic controls at junction of temporary. roads with public roads. Include warning signs for public traffic and "STOP" signs for entrance onto public roads. Comply with requirements of authorities having jurisdiction. C. Dewatering Facilities and Drains: Comply with requirements in applicable Division 2 Sections for temporary drainage and dewatering facilities and operations not directly. associated with construction activities included in individual Sections. Where feasible, use ,-, same facilities. Maintain Project site, excavations, and construction free of water. D. Waste Disposal Facilities: Provide waste -collection containers.in sizes adequate to handle waste from construction operations. Containerize and clearly label hazardous, dangerous, .., or unsanitary waste materials separately from other waste. 1. If required by authorities having jurisdiction, provide separate containers, clearly labeled, for each type of waste material to be deposited. E. Common -Use Field Office: Provide an insulated, weathertight, air-conditioned field office for use as a common facility by all personnel engaged in construction activities; of sufficient size to accommodate required office personnel and meetings of 10-persons at Project site. Keep office clean and orderly. A permanent "in -town" office facility may be used in lieu of an on -site office. 1. Furnish and equip offices as -follows: a. Desk and four chairs, four -drawer file cabinet, a plan table, a plan rack, and bookcase. b. Water cooler and private toilet complete with water closet, lavatory, and medicine cabinet with mirror. --� F. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped . to accommodate materials and equipment involved, including temporary utility services as needed. Sheds may be open shelters or fully enclosed spaces on -site. 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION .. A. Tree and Plant Protection: Comply with requirements in. Division 2 Section `"free. Protection". 01257701 TEMPORARY FACILITIES AND CONTROLS 01500 - 4 ?"" 07/03 "M low B. Site Enclosure Fence: When excavation begins, install portable chain -link enclosure fence with lockable entrance gates. Locate where determined sufficient to accommodate construction operations and to protect the site. Install in a manner that will prevent people, dogs, and other animals from easily entering site except by entrance gates. C. Barricades, Warning Signs, and Lights: Comply with standards and code requirements for """ erecting structurally adequate barricades. Paint with appropriate colors, graphics, and warning signs to inform personnel and public of possible hazard. Where appropriate and needed, provide lighting, including flashing amber lights. 3.5 OPERATION, TERMINATION, AND REMOVAL r-• A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. Protect from damage caused by freezing temperatures and similar elements. 1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. 2. Prevent water -filled piping from freezing. Maintain markers for underground lines. Protect from damage during excavation operations. C. Termination and Removal: Remove each temporary facility when need for its service has ended, or no later than Substantial Completion. 1. Materials and facilities that constitute temporary facilities are the property of Contractor. Owner reserves right to take possession of Project identification signs. �^^ 2. Remove temporary paving not intended for or acceptable for integration into permanent paving. Where area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove ,•� materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, and sidewalks at temporary entrances, as required by authorities having jurisdiction. 3. At Substantial Completion, clean and renovate permanent facilities used during construction period Comply with final cleaning requirements. END OF SECTION 01500 01257701 TEMPORARY FACILITIES AND CONTROLS 01500 - 5 07l03 X" SECTION 01555 BARRICADES, SIGNS AND TRAFFIC HANDLING PART 1-GENERAL 1.1 DESCRIPTION A. This Item shall govern for providing, installing, moving, replacing, maintaining, cleaning and removing upon completion of work, all barricades, portable barriers, signs, portable changeable message signs, cones, lights and other such type devices and of handling traffic as indicated on the plans or as directed by the Engineer or Owner. PART 2 - PRODUCTS 2.1 CONSTRUCTION METHODS A. All barricades, signs and other types of devices listed above shall conform to details shown on the plans or those indicated in the Texas Manual on Uniform Traffic Control Devices ..,. (TMUTCD). All traffic control devices shall be crashworthy according to the guidelines set forth in the National Cooperative Highway Research Program (NCHRP) Report 350. 0 PART 3 - EXECUTION 3.1 GENERAL A. For this project, a Traffic Control Plan (TCP), responsive to the TMUTCD, has been established by the Engineer. The Contractor may propose his own TCP. Contractor - proposed major modifications to the Traffic Control Plan shall bear the seal of a Registered Professional Engineer. If his plan is approved in writing by the Engineer or Owner, it may be used. Prior to beginning work, the Contractor shall designate, in writing, a competent person who will be responsible and available on the project site or in the immediate area to insure compliance with the TCP. 3.2 MAINTENANCE A. All retroreflective traffic control devices such as barricades, vertical panels, signs, etc., shall be maintained by cleaning, replacing or a combination thereof such that during darkness and rain the retroreflective characteristics shall equal or exceed the retroreflective characteristics of traffic industry standard reflective panels. END OF SECTION 01555 01257701 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555-1 07/03 SECTION 01576 WASTE MATERIAL DISPOSAL YOM PART 1- GENERAL 1.1 SECTION INCLUDES A. Disposal of waste material and salvageable material. 1.2 RELATED SECTIONS A. Section 02220 — Demolition. B. Section 02240 — Dewatering. C. Section 02300 — Earthwork. D. Section 02317 --Excavation and Backfill for Utilities. r- 1.3 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 — Submittal Procedures. B. Obtain and submit disposal permits for proposed disposal sites if required by local ordinances. C. Submit a copy of written permission from property owner, along with description of property, prior to disposal of excess material adjacent to the Project. Submit a written and signed release from property owner upon completion of disposal work. Both written permission and signed release shall include hold -harmless clauses naming the City of Lubbock, Texas and Parkhill, Smith & Cooper, Inc. as the entities to be held harmless in any subsequent legal proceeding. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 SALVAGEABLE MATERIAL A. Excavated Material:. When indicated on drawings, load, haul, and deposit. excavated material at a location or locations shown on drawings outside the limits of Project. B. Other Salvageable Materials: Conform to requirements of individual Specification Sections., C. Coordinate the delivery of salvageable material to a specified location with the Engineer. 3.2 EXCESS MATERIAL A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and other materials not designated for salvage, shall become the property of the Contractor and 01257701 WASTE MATERIAL DISPOSAL 0157.6 -1 07/03 shall be removed from the job site and legally disposed of at a proper facility such as the West Texas Region Disposal Facility (WTRDF). B. Excess soil may be deposited on private property adjacent to the Project if approved by the Owner and when written permission is obtained from property owner. See Paragraph 1.3 C above. '^ C. Waste materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition. END OF SECTION - soft pool OPM 012.57701 WASTE MATERIAL DISPOSAL 01576 - 2 '�'" 07/03 SECTION 01600 PRODUCT REQUIREMENTS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to -this Section. 1.2 SUMMARY A. This Section includes the following administrative and procedural requirements: product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; product substitutions; and comparable products. B. Related Sections include the following: 1. Division 1 Section "References" for applicable industry standards for products specified. 2. Divisions 2 through 16 Sections for specific requirements for warranties on products ►. and installations specified to be warranted. 1.3 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft. Comply with manufacturer's written instructions. 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products on delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. 5. Store products to allow for inspection and measurement of quantity or counting of units. 6. Store materials in a manner that will not endanger Project structure. 7. Store products that are subject to damage by the elements under cover in a weathertight enclosure above ground, with ventilation adequate to prevent condensation. 8. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather -protection requirements for storage. 9. Protect stored products from damage. 1.4 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and 01257701 PRODUCT REQUIREMENTS 01600 - 1 '"' 07/03 limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. PART 2 - PRODUCTS 2.1 COMPARABLE PRODUCTS .., A. Where products or manufacturers are specified by name, submit the following, in addition to other required submittals, to obtain approval of an unnamed product: 1. Evidence that the proposed product does not require extensive revisions to - the Contract Documents, that it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the work. mot 2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and addresses and names and addresses of engineers and owners, if requested. 5. Samples, if requested. PART 3 - EXECUTION Not Used END OF SECTION 01600 01251701 PRODUCT REQUIREMENTS 01600 2 07/03 SECTION 01700 CONTRACT CLOSEOUT PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Contract Conditions, Special Provisions and Division 1 - General Requirements apply to work of this Section. 1.2 SECTION INCLUDES A. Closeout procedures: B. Final cleaning. C. Adjusting. D. Project record documents. E. Operation and maintenance data.. F. Warranties. 1.3 RELATED SECTIONS A. Section 01500 - Construction Facilities and Temporary Controls: Progress cleaning. 1.4 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract. Sum, previous payments, and sum remaining due. 1.5 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site; sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch and touch-up marred surfaces to match adjacent finishes. 1.6 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.7 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 01257701 CONTRACT CLOSEOUT 01700 - 1 ""` 07/03 s-+ 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Details not on original Contract Drawings. 4. Changes made by addenda and modification. F. Submit documents to Engineer with claim for final Application for Payment. 1.8 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers: C. Provide Fable of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. F. Provide Affidavit of Bills Paid as required by General Contract Conditions and Owner. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01257701 CONTRACT CLOSEOUT 01700 - 2 r 1, 07/03 0 •" PART 1- GENERAL SECTION 02082 PRE -CAST CONCRETE MANHOLES AND VAULTS 1.1 SECTION INCLUDES A. This section of the specifications pertains to pre -cast concrete manholes and related items. 1.2 RELATED SECTIONS A. Drawings and general provisions of the contract, including general and supplementary conditions and other Division 1 specifications, apply to this section. r"' B. Section 02634 — Corrugated Metal Pipe (Polymer Coated). C. Section 02635 — Centrifugally Cast Fiberglass Pipe. D. Section 02636 — High Density Polyethylene Pipe. °^ E. Section 02638 — Reinforced Concrete Pipe. . F. Section 02317 —Excavation and Backfill for Utilities. G. Section 03301— Cast -In -Place Non -Reinforced Concrete Pipe -. H. Section 02084 — Frames, Grates, Rings, and Covers. 1.3 REFERENCES A. ASTM A 307 - Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile. B. ASTM C 443 - Standard Specification for Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets. C. ASTM C 478 - Standard Specification for Precast Reinforced Concrete Manhole Sections. D. ASTM C 857 — Minimum Structural Design Loading for Underground Precast Concrete Utility Structures. E. ASTM C 858 — Underground Precast Concrete Utility Structure. F. ASTM C 1107 - Packaged Dry, Hydraulic -Cement Grout (Nonshrink). G. ASTM C 1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. R ASTM D 698 - Test Method for Laboratory Compaction Characteristics of -Soil Using -Standard Effort (12,400 ft-lb/ft3) I. ASTM D 2997 - Specification for Centrifugally Cast Fiberglass (Glass -Fiber -Reinforced Thermosetting Resin) Pipe ,,,, 1.4 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit manufacturer's data and details of following items for approval: 1. Shop drawings of manhole sections and base units and construction details, including reinforcement, jointing methods, materials, and dimensions. 2. Summary of criteria used in the manhole design including, as a minimum, material properties, loadings, load combinations, and dimensions . assumed. Include certification from manufacturer that precast manhole design is in full accordance with ASTM C 478 and design criteria as established in Paragraph 2.1 E of this Specification. 01257701 PRE -CAST CONCRETE MANHOLES AND VAULTS 02082 -1 '"'" 07/03 ■ 3. Shop drawings of precast concrete vault, including reinforcement, jointing, methods, materials, and dimensions. 4. Summary of criteria used in the vault design including, as a minimum, material properties, loadings, load combinations, and dimensions assumed. Include certification from manufacturer that precast manhole design is in full accordance with ASTM C 857 and ASTM C 858 latest revisions. 5. Materials to be used for pipe connections at manhole/vault walls. 6. Materials to be used for stubs and stub plugs, if required. •-7. Manufacturer's data for pre -mix (bag) concrete, if used for channel inverts and benches. 8. Material to be used for sealing of riser joints. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver number of units needed in a timely manner to the project site to ensure installation continuity. B. Store and handle the units at the project site to prevent cracking, distortion, staining, or other physical damage, and so that markings are visible. Lift and support units at "' designated lift points. C. Deliver anchorage items that are to be embedded in other construction before starting such work. Provide setting diagrams, templates, instructions, and directions, as required, for installation. PART 2 - PRODUCTS 2.1 PRE -CAST CONCRETE MANHOLES A. Provide manhole sections, base sections, and related components conforming to ASTM C 478. Provide base riser section with integral floors, unless shown otherwise. Provide adjustment rings which are standard components of the manufacturer of the manhole sections. Mark date of manufacture and name or .trademark of manufacturer on inside of barrel. B. Provide reinforced concrete risers constructed from 60-inch-diameter standard reinforced -* concrete manhole sections unless otherwise indicated on Drawings. Combine various lengths of manhole sections to total the correct height with the fewest joints. Wall sections shall be designed for depth and loading conditions as required in Paragraph 2.1 E, but shall not be less than 6 inches thick. Base section shall have a minimum thickness of 12 inches under the invert. In situations where the depth from the ground surface to the flowline of the pipe is less than 15 feet, 48 inch diameter standard reinforced concrete manhole sections may be used for the riser. C. Provide eccentrically reducing cone tops to receive cast iron frames and covers designed to support an H-20 loading, unless indicated otherwise. D. Provide precast concrete vaults as indicated on plans, conforming to ASTM C 857 and ASTM C 858 latest revision. Vault should be of Type VCP 8080 as manufactured by Vaughn Concrete Products, or approved equal. Openings shall be precast as shown on plans. Conform to manufacturer's guidelines for clear cover between pipe O.D. and vault wall. 01257701 PRE -CAST CONCRETE MANHOLES AND VAULTS 02082 - 2 ""` 07/03 r ra a F. 0-0 G. H. I. J. K. Design Loading Criteria: The manhole walls, transition slabs, cone tops, and manhole base slab shall be designed, by the manufacturer, to the requirements of ASTM C 478 for the depth as shown on Drawings and to resist the following loads. 1. AASHTO H 20 loading applied to the manhole cover and transmitted down to the transition and base slabs. 2. Unit soil weight of 120 pcf located above all portions of the manhole, including base slab projections. 3. Lateral soil pressure based on saturated soil conditions producing an at -rest equivalent fluid pressure of 100 pcf. 4. Internal liquid pressure based on a unit weight of 63 pcf. 5. Dead load of manhole sections fully supported by the transition and base slabs. The minimum clear distance between any two wall penetrations shall be 12 inches, half the diameter of the smaller penetration, or as specified by the manufacturer, whichever is most stringent. For sealants used between concrete riser sections, refer to Section 02082, 2.7 B. Lifting holes in manhole sections and bases are not permissible unless such openings can be made watertight under 5 psi internal pressure, with only minor weeping under 10 psi internal pressure. Manhole sections must withstand an intermittent internal hydrostatic pressure of 10 psi without structural failure. Where internal pressure requirements cannot be met, use ASTM C76 Class III pipe. Where watertight joints cannot be met using double sealant, or the internal hydrostatic pressure requirement cannot be met with tongue and groove joints, provide ASTM C443 joints. 2.2 CAST -IN -PLACE CONCRETE A. Conform to requirements of Section 03300 — Cast -in -Place Concrete. B. Channel Inverts: Concrete for inverts not integrally formed with manhole base shall be either 5 sack premix (bag) concrete or Class A concrete, with a minimum compressive strength of 4000 psi. 2.3 REINFORCING STEEL A. Reinforcing steel shall conform to requirements of Section 03300 — Cast -in -Place Concrete. 2.4 MORTAR A. Conform to requirements of ASTM C 270, Type S using Portland Cement. 2.5 MISCELLANEOUS METALS A. Provide -gray-iron frames, rings, and covers conforming to requirements of Section 02084 — Frames, Grates, Rings and Covers. 2.6 PIPE TO MANHOLEIVAULT CONNECTIONS FOR STORM SEWERS A. For smooth wall pipe (HDPE and Fiberglass), attach a 360° pullout prevention flange as shown on drawings. 01257701 PRE -CAST CONCRETE MANHOLES AND VAULTS 02082 3 °'"' 07/03 B. For corrugated pipe (HDPE and polymer coated steel), embed corrugations in grout to prevent pullout. C. Grout space between the pipe and manhole -wall conforming to ASTM C 1107 for all pipe materials. 2.7 SEALANT MATERIALS A. Provide sealing materials between precast concrete adjustment ring and manhole cover -* frame, such as ConSeal CS-202 Butyl Sealant or approved equal. B. Provide joints between sections with ConSeal CS-202 Butyl Sealant or approved equal conforming to ASTM C 990. C. Provide rubber gaskets, for ASTM C443 joints. 2.8 BACKFE L MATERIALS A. - Backfill materials shall conform to the requirements of Section 02317 - Excavation and Backfill for Utilities. 2.9 NON -SHRINK GROUT A. Provide prepackaged, inorganic, flowable, non -gas -liberating, non-metallic, cement -based . grout requiring only the addition of water. B. Grout shall meet the requirements of ASTM C 1107 and shall have a minimum 28-day compressive strength of 7000 psi. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that lines and grades are correct. B. Determine if the subgrade, when scarified and recompacted, can be compacted to 95 percent of maximum Standard Proctor Density according to ASTM D 698 prior to placement of foundation material and base section. If it cannot be compacted to that density, the subgrade shall be moisture conditioned until that density can be reached or shall be treated as an unstable subgrade. 3.2 MANHOLE BASE SECTIONS AND FOUNDATIONS A. Scarify and compact base material to 95% ASTM D698 standard proctor density. If the subgrade cannot be compacted to the required density or if it contains organic materials, then excavate to stable subgrade, then backfill with lean concrete backfill to required elevation. 3.3 PRE -CAST MANHOLE SECTIONS A. Install sections, joints, and gasket material in accordance with manufacturer's printed recommendations. B. Install precast adjustment rings above tops of cones as required to adjust the finished elevation and to support the manhole frame. 01257701 PRE -CAST CONCRETE MANHOLES AND VAULTS 02082 - 4 "' 07/03 N" C. Seal any lifting holes with non -shrink grout where lifting holes have been allowed by the ..� Engineer- D. Do not incorporate manhole steps in manhole sections. 3.4 PIPE CONNECTIONS AT MANHOLES A. Ensure that the pipe will not pull out of manhole by using flange or corrugations as shown on plans. B. Grout all space between pipe and manhole wall with non -shrink grout and coat with an epoxy bonding agent. 3.5 INVERTS FOR STORM SEWERS A. Construct invert channels to provide a smooth flow transition waterway with no disruption of flow at pipe -manhole connections. Conform to following criteria:' 1. Slope of invert bench: V2 inch per foot minimum; 1 inch per foot maximum 2. Depth of bench to invert shall be equal to Vh the largest diameter pipe, entering the manhole. 3. Invert slope through manhole: 0.10-foot drop across manhole with smooth transition of invert through manhole, unless otherwise indicated on Drawings. B. Form invert channels with concrete if not integral with manhole base section. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. Provide curves for side inlets and smooth invert fillets for flow transition between pipe inverts. 3.6 MANHOLE FRAME AND ADJUSTMENT RINGS A. Combine precast concrete adjustment rings so that the elevation of the installed casting cover matches the pavement surface. Seal between adjustment ring and the precast top section with approved sealant material. Seal between adjustment rings with approved .a, sealant material. Set the cast iron ' frame on the adjustment ring in a bed of approved sealant. The sealant bed shall consist of two beads of sealant, each bead having minimum dimensions of 1/2-inch thick and 3/4-inch wide. B. For manholes in unpaved areas, top of frame shall be set flush with existing ground line unless otherwise indicated on Drawings. In unpaved areas, encase the manhole frame in mortar or non -shrink grout placed flush with the face of the manhole ring and the top edge of the frame. Provide a rounded comer around the perimeter. 3.7 BACKFILL A. Place and compact backfill materials in the .area of excavation surrounding manholes in accordance with requirements of Section 02317 - Excavation and Backfill for Utilities. Provide cement stabilized backfill material, as specified for the storm sewer pipe, from manhole foundation up to an elevation 12 inches over each pipe connected to the manhole. Provide trench zone backfill, as specified for the adjacent utilities, above the cement stabilized backfill. 3.8 TESTING A. Vacuum test manhole according to ASTM C 1244. Refer to Section 02533 - Acceptance Testing For Storm Sewers. 01257701 PRE -CAST CONCRETE MANHOLES AND VAULTS . 02082 - 5 07/03 3.9 PROTECTION A. Protect manholes from damage until work has been finally accepted. Repair damage to manholes at no additional cost to Owner. END OF SECTION 02082 01257701 PRE -CAST CONCRETE MANHOLES AND VAULTS 02082 - 6 _ "." 07/03 SECTION 02084 FRAMES, GRATES, RINGS, AND COVERS PART1-GENERAL 1.1 SECTION INCLUDES A. This section of the specifications covers gray iron castings for use as manhole frames and lids, gratings, and rings. 1.2 RELATED SECTIONS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specification sections, apply to this section. B. Section 02082 — Pre -cast Concrete Manholes. C. Section 03300 — Cast -in -Place Concrete. D. Conform to Section 05500 — Metal Fabrications for fabricated pipe grates and fabricated bar grates located at headwalls and wingwalls. E. Conform to Section 05530 — Gratings for bar gratings located at sluice gate and check valve structures. 1.3 REFERENCES A. AASHTO - American Association of State Highway and Transportation Officials Standard Specification for Highway Bridges. B. ASTM A 48 - Specification for Gray Iron Castings. C. ASTM A 615 - Standard Specification for Deformed Billet -Steel Bars for Concrete Reinforcement. D. AWS - D 12.1 Welding Reinforcing Steel. 1.4 SUBMITTALS A. Submit product data in accordance with Section 01330 Submittal Procedures. B. Submit copies of manufacturer's specifications, load tables, dimension diagrams, anchor details, and installation instructions. C. Submit shop drawings for fabrication and installation of casting assemblies that are not included in Drawings. Include plans, elevations, sections and connection details. Show anchorage and accessory items. Include setting drawings for location and installation of castings and anchorage devices. PART 2 - PRODUCTS 2.1 GENERAL CASTINGS A. Castings for frames, grates, rings and covers shall conform to ASTM A 48, Class 35. Provide locking covers if indicated on Drawings. B. Castings shall be capable of withstanding the application of an AASHTO H-20 loading without permanent deformation.. 01257701 FRAMES, GRATES, RINGS, AND COVERS 02084 -1 "" 07103 0 C. Fabricate castings to conform to the shapes, dimensions, and with wording or logos shown on the Drawings. Standard dimensions for manhole covers are 24 inches in diameter. Cast dimensions may vary by +/- 1/16 inch per foot. Weight shall not vary from published weight by more than +/- 5 percent. D. Castings shall be clean, free from blowholes and other surface imperfections. Cast holes in covers shall be clean and symmetrical, free of plugs. 2.2 FRAMES AND COVERS FOR MANHOLES A. Where indicated on the drawings, provide manhole frames and covers, Western Iron Works No 40 manhole lid and ring with Type 5 pick bar, labeled "storm sewer", with a minimum �•. weight of 275 lbs, or approved equal. 2.3 SPECIAL FRAMES AND COVERS FOR MANHOLES A. Where indicated on the drawings, provide watertight manhole frames and covers with a minimum of 4 1" anchor bolts (4" min embedment). Supply watertight manhole covers and frames, Neenah R-1916-Fl (375 lbs min. total weight), or approved equal. B. Anchor lid with 3/8" Hilti bolt or stainless steel threaded rod with washer and nut, 3" minimum embedment into eccentric cone section (4 bolts evenly spread around circumference). 2A CASTINGS FOR INLET STRUCTURES A. Where indicated on the drawings, provide manhole frames and covers, Western Iron Works 140 TF with 1351b. lid, or approved equal. B. Where indicated on drawings for "stair step" inlets, provide slab type frame and grate with �., anchor flange, Neenah R-3340-D or approved equal. C. Where indicated on the drawings for "tower" inlets, provide slab type ring and grate, Vulcan V-3836-2 or approved equal. PART 3 - EXECUTION 3.1 INSTALLATION A. Install castings according to approved shop drawings, instructions given in related specifications, and applicable directions from the manufacturer's printed materials. B. Set castings accurately at required locations to proper alignment and elevation. Keep castings plumb, level, true, and free of rack. Measure location accurately from established lines and grades. Brace or anchor frames temporarily in formwork until permanently set. END OF SECTION 02084 01257701 FRAMES, GRATES, RINGS, AND COVERS 02084 - 2 '" 07103 SECTION 02220 DEMOLITION PART1-GENERAL 1.1 SECTION INCLUDES A. The work includes demolition of existing flatwork, flumes, curbs, flume curbs and other items necessary and incidental to the work, and removal of resulting rubbish and debris. Rubbish and debris shall be removed from the site daily, unless otherwise directed, to avoid accumulation at the site. Materials that cannot be removed daily shall be stored in areas specified by the Owner's Representative. 1.2 RELATED SECTIONS A. Section 01356 — Storm Water Pollution Prevention Plan. ^^ B. Section 01576 —Waste Material Disposal. 1.3 DUST CONTROL A. The amount of dust resulting from demolition shall be controlled to prevent the spread of dust to ' avoid creation of a nuisance in the surrounding area. Use of water will not be permitted when it will result in, or create, hazardous or objectionable conditions such. as ice, flooding and pollution. 1.4 PROTECTION A. Protection of Personnel 1. During the demolition work, the Contractor shall continuously evaluate the. mom condition of the existing work being demolished and take immediate action to protect all personnel working in and around the demolition site. B. Protection of Existing Property 1. Before beginning any demolition work, the Contractor shall survey the site and examine the drawings and specifications to determine the extent of the. work. The Contractor shall take necessary precautions to avoid damage to existing items to remain in place or to be reused. Any damaged items shall be repaired or replaced as approved by the Owner's Representative. The Contractor shall coordinate the work of this section with all other work. PART 2 - PRODUCTS Not Used 01257701 DEMOLITION 02220 -1 ""' 07/03 PART 3 - EXECUTION 3.1 EXISTING STRUCTURES A. Existing structures indicated shall be removed. Where existing concrete items are to be removed that are contiguous with concrete items to remain, such concrete shall be neatly saw -cut to separate the concrete to be removed from the concrete to remain in place. .. 3.2 DISPOSITION OF MATERIAL A. Dispose of material in accordance with specification Section 01576 — Waste Material .., Disposal. 3.3 CLEANUP A. Debris shall be removed and transported in a manner that prevents spillage on streets or adjacent areas. Local regulations regarding hauling and disposal shall apply. END OF SECTION E_ 01257701 DEMOLITION 02220 - 2 "" 07/03 60 PM -, SECTION 02231 TREE AND PLANT PROTECTION »., PART 1- GENERAL 1.1 SECTION INCLUDES A. Tree and plant protection. 1.2 RELATED SECTIONS A. Section 02260 — Excavation Support and Protection B. Section 02300 — Earthwork C. Section 02317 — Excavation and Backfill for Utilities D. Section 02318 — Borrow E. Section 02320 — Utility Backfill Materials 1.3 REFERENCE A. ANSI A300 — Tree, Shrubs, and Other Woody Plants Maintenance — Standard Practice. B. ASTM D448 — Standard Classification for Sizes of Aggregate for Road and Bridge Construction. C. ASTM D 5268 — Standard Specification for Topsoil Used for Landscaping Purposes. 1.4 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 — Submittal Procedures. B. Submit qualification data for ferns and persons to demonstrate their capabilities and experience with tree and plant protection. Include lists of completed projects with project ' names and addresses, names and addresses of Engineers and Owners, and other information specified. C. Submit certification from a qualified arborist that trees indicated to remain have been protected during construction according to recognized standards and that trees were promptly and properly treated and repaired when damaged D. Submit maintenance recommendations from a qualified arborist for care and protection of trees affected by construction during and after completing the Work. E. Submit a damage assessment from a qualified arborist describing any damage to trees and shrubs that occur during construction. Include recommendations on appropriate course of action to restore vegetation to its preconstruction condition. F. Submit a detailed description of the tree and plant protection measures to be taken. G. Submit a detailed preconstruction survey of the preconstruction condition of trees, shrubs, and grassed areas potentially impacted by the work. Prior to starting any onsite construction activities, the Contractor and the Owner's representative shall make a joint condition survey after which the Contractor shall prepare a brief report indicating on a layout plan the condition of trees, shrubs and .grassed areas immediately adjacent to work sites and adjacent to the assigned storage area and access routes as applicable. Include a complete photographic or video record of all existing trees, shrubs and grassed areas. This report will be signed by the Owner's representative and the Contractor upon mutual ^� agreement as to its accuracy and completeness. 01257701 TREE AND PLANT PROTECTION 02231 - 1 "' 07/03 WM 1.5 QUALIFY ASSURANCE A. Work shall be performed by an experienced tree service firm that has successfully completed tree protection and trimming work similar to that required for this Project and that will assign an experienced, qualified arborist to Project site on an as -needed basis during execution of the Work. B. Work shall be performed under the supervision of an arborist certified by the International Society of Arboriculture or licensed in the jurisdiction where Project is located. C. Prune indicated trees and shrubs according to ANSI A300, "Trees, Shrubs, and Other Woody Plant Maintenance Standard Practices," unless more stringent requirements are indicated. If no trees or shrubs are indicated to be removed, replaced or pruned, then such removal, replacement or pruning shall be considered to be at Contractor's convenience with no additional compensation. The Owner must approve all trees or shrubs not indicated for removal, replacement or pruning. PART 2 - PRODUCTS 2.1 MATERIALS A. Drainage fill as needed shall be selected crushed stone, or crushed or uncrushed gravel, washed, ASTM D 448, Size 24, with 90 to 100 percent passing a 2-1/2-inch sieve and not more than 10 percent passing a 3/4-inch sieve. B. Topsoil shall be fertile, friable, surface soil, containing natural loam and complying with ASTM D 5268. Provide topsoil that is free of stones larger than 1 inch in any dimension and free of other extraneous or toxic matter harmful to plant growth. Obtain topsoil only from well -drained sites where soil occurs in depth of 4 inches or more; do not obtain from bogs or marshes. C. Filter fabric shall be manufacturer's standard, nonwoven, pervious, geotextile fabric of polypropylene, nylon, or polyester fibers., D. Temporary fencing shall consist of wood posts and rails arranged as indicated on the drawings. Substitutions of materials used in fence construction shall be as noted on the drawings. PART 3 - EXECUTION 3.1 PROJECT CONDITIONS A. Preserve and protect existing trees and plants to remain from foliage, branch, trunk, or root damage that could result from construction operations. B. Prevent following types of damage: 1. Compaction of root zone by foot or vehicular traffic, or material storage. 2. Trunk damage from equipment operations, material storage, or from nailing or bolting. 3. Trunk and branch damage caused by ropes or guy wires. ^' 4. Root poisoning from spilled solvents, gasoline, paint, and other noxious materials. 3. Branch damage due to improper pruning, trimming or striking with construction equipment. 01257701 TREE AND PLANT PROTECTION 02231 - 2 '"" 07/03 6. Damage from lack of water due to: a. Cutting or altering natural water migration patterns near root zones. b. Failure to provide adequate watering. Contractor to provide supplemental watering of landscaping during construction once every seven days during the growing season where natural water migration patterns near root zones have been cut or altered, whether permanent or temporary. 7. Damage from alteration of soil pH factor caused by depositing lime, concrete, plaster or other base materials near roots. g. Cutting of roots larger than 1 V2 inches in diameter. 3.2 PREPARATION A. Install temporary fencing located as indicated or outside the drip line of trees and shrubs to protect remaining vegetation from construction damage. B. Protect tree root systems from damage due to noxious materials caused by runoff or spillage while mixing, placing, or storing construction materials. Protect root systems from flooding, eroding, or excessive wetting caused by dewatering operations. C. Do not store construction materials, debris, or excavated material within the drip line of remaining trees. Do not permit vehicles or foot traffic within the drip line; prevent soil compaction over root systems. D. Do not allow fires under or adjacent to remaining trees or other plants. E. Contractor to provide supplemental water to areas being served by a sprinkler system that is taken out of service during construction. 3.3 EXCAVATION A. Install shoring or other protective support systems to minimize sloping or benching of excavations. B. Do not excavate within drip line of trees, unless otherwise indicated. C. Where excavation for new construction is required within drip line of trees, hand clear and excavate to minimize damage to root systems. Use narrow -tine spading forks and comb soil to expose roots. 1. Relocate roots in backfill areas where possible. N encountering large, main lateral roots, expose roots beyond excavation limits as required to bend and relocate them without breaking. If encountered immediately adjacent to location of new construction and relocation is not practical, cut roots approximately 3 inches back from new construction. 2. Do not allow exposed roots to dry out before placing permanent backfill. Provide temporary earth cover or pack with peat moss and wrap with burlap. Water and maintain in a moist condition. Temporarily support and protect roots from damage -• until they are permanently relocated and covered with soil. 3. Do not cut main lateral roots or taproots; cut only smaller roots that interfere with installation of utilities. Cut roots with sharp pruning instruments; do not break or ..w chop. 01257701 TREE AND PLANT PROTECTION 02231- 3 '""' 07/03 0 .., 3.4 REGRADING mom A. Where new finish grade is indicated below existing grade around trees, slope grade away from trees as recommended by qualified arborist, unless otherwise indicated. 1. Prune tree roots exposed during grade lowering. Do not cut main lateral roots or -^* taproots; cut only smaller roots. Cut roots with sharp pruning instruments; do not break or chop. B. Where existing grade is 6 inches or less below elevation of finish grade, fill with topsoil. ,..;, Place topsoil in a single uncompacted layer and hand grade to required finish elevations. C. Where existing grade is more than 6 inches, but less than 12 inches, below elevation of finish grade, place drainage fill, filter fabric, and topsoil on existing grade as follows: 1. Carefully place drainage fill against tree trunk approximately 2 inches above elevation of finish grade and extend not less than 18 inches from tree trunk on all sides. For balance of area within drip -line perimeter, place drainage fill up to 6 inches below elevation of grade. 2. Place filter fabric with edges overlapping 6 inches minimum. 3. Place fill layer of topsoil to finish grade. Do not compact drainage fill or topsoil. Hand grade to requiredfinish elevations. 3.5 TREE PRUNING A. Prune remaining trees affected by temporary and new construction. B. Prune remaining trees to compensate for root loss caused by damaging or cutting root system. Provide subsequent maintenance during Contract period as recommended by .,, qualified arborist. C. Prune trees according to ANSI A300 and as recommended by qualified arborist. D. Cut branches with sharp pruning instruments; do not break or chop. E. Chip branches removed from trees. Dispose of chips to West Texas Region Disposal Facility or recycle to landscaping company. 3.6 TREE REPAIR AND REPLACEMENT A. Promptly repair trees damaged by construction operations within 24 hours. Treat damaged trunks, limbs, and roots according to written instructions of the qualified arborist. B. With prior approval from the Owner, remove and replace dead and damaged trees that the . qualified arborist determines to be incapable of restoring to a normal growth pattern. 1. When trees other than those designated for removal are destroyed or badly damaged as a result of construction operations, remove and replace with same size, species, and variety up to and including 8 inches in trunk diameter. Tree larger than .8 inches in diameter shall be replaced with an 8 inch diameter tree of the same species and variety and total contract amount will be reduced by an amount determined from the following formula: 0.7854 x D2 x $38.00 where D is diameter in inches of tree or shrub trunk measured 12 inches above grade. 2. Tree replacements shall not be considered for acceptance until survival through two growing seasons has been accomplished. 01257701 TREE AND PLANT PROTECTION 02231 - 4 '^ 07/03 3.7 DISPOSAL OF WASTE MATERIALS A. Burning is not permitted. B. Remove excess excavated material, displaced trees, and excess chips from Owner's property. For materials not recycled, dispose at West Texas Region ,Disposal Facility. END OF SECTION 02231 01257701 TREE AND PLANT PROTECTION 02231 - 5 '" 07103 .., W" PART1-GENERAL 1.1 SUMMARY SECTION 02240 DEWATERING A. This Section includes construction dewatering. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specifications, apply to this section. B. Section 02111— Excavation Handling and Disposal of Contaminated Materials. C. Section 02260 — Excavation Support and Protection. D. Section 02300 — Earthwork. E. Section 02317 — Excavation and Backfill for Utilities. 1.3 PERFORMANCE REQUIREMENTS A. Dewatering Performance: Design, provide, test, operate, monitor, and maintain a dewatering system of sufficient scope, size, and capacity to control ground water flow into excavations and permit construction to proceed on dry, stable subgrades. . 1. Work includes removing dewatering system when no longer needed. 2. Maintain dewatering operations to ensure erosion is controlled, stability of excavations and constructed slopes is maintained, and flooding of excavation and damage to structures are prevented. 3. Prevent surface water from entering excavations by grading, dikes, or other means. 4. Accomplish dewatering without damaging existing buildings adjacent to excavation. 1.4 SUBMITTALS A. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements, prior to beginning dewatering operations, that might be misconstrued as damage caused by dewatering operations. B. Record drawings at Project closeout identifying and locating capped utilities and other subsurface structural, electrical, or mechanical conditions encountered. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced installer to assume engineering responsibility and perform dewatering who has specialized in installing dewatering systems similar to those required for this Project and with a record of successful in-service performance. 0 01257701 DEWATERING 02240 1 *^ 07/03 0 B. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in the jurisdiction where the Project is located and who is experienced in providing engineering services for designing dewatering systems that are similar to those indicated for this Project in material, design, and extent. 1. Engineering Responsibility: Engage a qualified professional engineer to prepare or supervise the preparation of data for the dewatering system including drawings, testing program, test result interpretation, and comprehensive. engineering analysis that shows the system's compliance with specified requirements. C. Regulatory Requirements: Comply with water disposal requirements of authorities having jurisdiction. 1.6 PROJECT CONDITIONS A. Project Site Information: Subsurface investigations are the responsibility of the Contractor. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. 1. Prevent surface water and subsurface or ground water from entering excavations, from ponding on prepared subgrades, and from flooding site and surrounding area. 2. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. B. Install dewatering system to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities outside of immediate project work area without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. 2. Provide discharge aeration device if less than 500 feet from receiving water body. 3.2 DEWATERING A. Install dewatering system utilizing wells, well points, or similar methods complete with pump equipment, standby power and pumps, filter material gradation, valves, appurtenances, water disposal, and surface -water controls. B. Before excavation below ground -water level, place system into operation to lower water to specified levels and then operate it continuously until drains, sewers, and structures have been constructed and fill materials have been placed, or until dewatering is no longer required. 01257701 DEWATERING 02240 - 2 '"" 07/03 r" C. Provide an adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. Install '^^ sufficient dewatering equipment to drain water -bearing strata above and below bottom of foundations, drains, sewers, and other excavations. 1. Do not permit open -sump pumping that leads to loss of fines, soil piping, subgrade —� softening, and slope instability. D. Reduce hydrostatic head in water -bearing strata below subgrade elevations of foundations, drains, sewers, and other excavations. .,, 1. Maintain piezometric water level a minimum of. 24 inches below surface .of excavation. E. Dispose of water removed from excavations in a manner to avoid endangering public health, property, and portions of work under construction or completed. Dispose of water in a manner to avoid inconvenience to others. Provide sumps, sedimentation tanks, and other flow -control devices as required by authorities having jurisdiction. If dewatering system discharge point is less than 500 feet from receiving water body, route discharge through aeration device such that air is entrained in the water. F. Provide standby equipment on -site, installed and available for immediate operation, to maintain dewatering on a continuous basis if any part of system becomes inadequate or fails. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, restore damaged structures and foundation soils at no additional expense to Owner. 1. Remove dewatering system from Project site on completion of dewatering. Plug well holes with concrete grout or cut off. G. Damages: Promptly repair damages to adjacent facilities caused by dewatering operations. END OF SECTION 02240 01257701 DEWATERING 02240 - 3 07103 SECTION 02260 EXCAVATION SUPPORT AND PROTECTION PART 1-GENERAL 1.1 SECTION INCLUDES A. This section of the specifications covers trench safety systems and excavations equal to or greater than five feet in depth. All excavation work performed for the project shall also comply with US Department of Labor Rules 29 CFR, OSHA Part 1926, Subpart P and all State and Local codes. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. Section 02317 — Excavation and Backfill for Utilities. 1.3 SUBMITTALS A. Conform to Section 01330 — Submittal Procedures. B. Prior to, or at the Pre -Construction Conference, the Contractor shall submit to Owner a "Trench Safety System Plan" sealed by a Professional Engineer registered in the State of Texas. Notice to Proceed with construction will not be issued by Engineer until Contractor has submitted a "Trench Safety System Plan" to Owner. The Trench Safety System Plan at a minimum, shall conform to OSHA standards for sloping of sides, utilization of trench boxes, and/or utilization of shoring, sheeting and bracing methods. 1.4 QUALITY ASSURANCE A. The Contractor shall be responsible for complying with the requirements of the specifications, drawings and all applicable codes. The Contractor shall immediately notify the Engineer of any unforeseen field conditions which might affect the integrity of the trench safety system B. Installer Qualifications: Engage an experienced installer to assume engineering responsibility and perform work of this Section who has specialized in installing excavation support and protection systems similar to those required for this Project and with a record of successful in-service performance. The Contractor shall be responsible for complying with all trench safety requirements and for the safety of trench and excavations. C. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in the jurisdiction where the Project is located and who is experienced in providing engineering services for designing excavation support and protection systems that are similar to those indicated for this Project in material, design, and extent. 1. Engineering Responsibility: As needed by the Contractor to assure worker safety and compliance with OSHA regulations, the Contractor shall be responsible for engaging a qualified professional engineer to prepare or supervise the preparation of data for the excavation support and protection system including drawings and comprehensive engineering analysis that shows the system's compliance with specified requirements. 01257701 EXCAVATION SUPPORT AND PROTECTION 02260 -1 07/03 0" 1.5 PROJECT CONDITIONS A. Prior to starting trench excavations, the Contractor shall examine all site conditions and note any conditions in existing pavements, structures and other items which may be .�- adversely affected by trenching operations. Prepare a written list of all such conditions and submit the list to the Engineer. During trenching operations note any changes which occur to existing pavements or structures and submit a written report to the Engineer of all such changes. 1. Project Site Information: Subsurface investigations are the responsibility of the Contractor. 1.6 EXISTING U `I1LI TIES A. Prior to starting trench excavations, chart and field locate all existing utilities. Notify .w owners of all utilities of work to be performed. Protect all existing utilities from damage. Provide additional support for utility lines which cannot span trench width. Do not interrupt existing services without written approval by the Engineer and the utility owner. PART 2 - PRODUCTS A. Materials need not be new but must be in serviceable condition. B. Structural Steel: ASTM A 36. C. Steel Sheet Piling: ASTM A 328 or ASTM A 572. D. Wood: Soft or hard wood as required by design. E. Aluminum: Type 1061 T6, thickness as required by design. PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection system operations. 1. Shore, support, and protect utilities encountered. B. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent. occupied. or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. C. Locate excavation support and protection systems clear.of permanent construction and to permit forming and finishing of concrete surfaces. D. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. Promptly correct bulges, breakage, or other evidence of movement to ensure excavation support and protection systems remain stable. 01257701 EXCAVATION SUPPORT AND PROTECTION 02260 - 2 07/03 E. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 3.2 TRENCHING PROCEDURES Provide shoring systems in accordance with the Contractor's submitted design to adequately resist earth pressures. A. Proceed with work in an orderly fashion. Install trench bracing systems as soon as possible after opening trenches. Do not allow workers in trench prior to installing trench bracing systems. B. Backfill trenches as soon as possible after completion of work. C. Stockpile excavated materials at three feet away from edge of trench. D. Maintain barricades and signage as required by State and Local codes to protect open excavations. E. Do not allow surface water to enter excavations. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. F. H cut back method is allowed by Owner and is employed, maintain a clear distance of three '^ feet from edge of cut to avoid allowing loose material to enter trench. Cut back method may not be used where there is insufficient work area to employ it. G. Do not operate heavy equipment except for trench digging or pipe laying equipment within twenty feet of edge of excavation. Haul trucks, if needed, may operate closer than twenty feet to trench edge provided the Contractor deems it safe to do so. 3.3 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. Remove in stages to avoid disturbing underlying soils and damaging structures, pavements, facilities, and utilities. 1. Repair or replace, as approved by Engineer, adjacent work damaged or displaced by pow removing excavation support and protection systems. END OF SECTION 02260 01257701 EXCAVATION SUPPORT AND PROTECTION 02260 - 3 - 07/03 SECTION 02300 EARTHWORK PART 1- GENERAL 1.1 SECTION INCLUDES A. This section of the specifications refers to general excavation of various materials.at storm sewer inlets, topsoil placement, and other miscellaneous grading items. For trenching - specific earthwork, refer to Section 02317 — Excavation and Backfill for Utilities. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specifications, apply to this section. B. Related Sections include the following: 1. Section 01400 — Quality Requirements. 2. Section 01500 - Construction Facilities and Temporary Controls. 3. Section 02231— Tree and Plant Protection. 4. Section 02240 - Dewatering. 5. Section 02260 - Excavation Support and Protection. 6. Section 02317 — Excavation and Backfill for Utilities. 7. Section 02318 — Borrow. 8. Section 03300 - Cast -in -Place Concrete. 1.3 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 136 (1996a) Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 (1963; R 1998) Particle -Size Analysis of Soils ASTM D 698 Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft — lb/ft3). ASTM D 1140 (1997) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve ASTM D 1556 (1990; R 1996) Density and Unit Weight of Soil in Place by the Sand -Cone Method ASTM D1586 (1992) Penetration 'test and Split -Barrel Sampling of Soils ASTM D.2487 (1998) Classification of Soils for Engineering Purposes (Unified ..� Soil Classification System) ASTM D 2922 (1996) Density of Soil and Soil -Aggregate in Place by Nuclear VIM Methods ("Shallow Depth) 01257701 EARTHWORK 02300 -1 �.. 07/03 0 a" .a 0 .., W ASTM D 3017 (1988; R 1996e1) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) ASTM D 4318 (1998) Liquid Limit, Plastic Limit, and Plasticity Index of Soils 1.4 DEFINITIONS A. Backfill: Soil materials used to fill an excavation. B. Base Course. Layer placed between the subbase course and asphalt paving. C. Borrow: Satisfactory soil imported from off -site for use as fill or backfill. D. Excavation: Removal of material encountered above subgrade elevations. 1. Additional Excavation: Excavation below subgrade elevations as directed by Engineer. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Bulk Excavation: Excavations more than 20 feet in width and pits more than 30 feet in either length or width, and not associated with trenching for pipe installation. 3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated dimensions without direction by Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be without additional compensation. E. Fill: Soil materials used to raise existing grades. F. Rock: Rock material in beds, ledges, unstratified masses, and conglomerate deposits and boulders of rock material 5 cu. yd. or more in volume in a single unfractured mass that when tested by an independent geotechnical testing agency, according to ASTM D 1586, exceeds a standard penetration resistance of 100 blows/2 inches. G. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. H. Subbase Course: Layer placed between the subgrade and base course for asphalt paving, or layer placed between the subgrade and a concrete pavement or walk. I. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. J. Utilities: Include on -site underground pipes, conduits, ducts, and cables. K. Suitable Material: Suitable soil materials are those meeting specification requirements. Unsuitable soils meeting specification requirements for suitable soils after treatment with lime or cement are considered suitable, unless otherwise indicated. L. Unsatisfactory Materials: Materials which do not comply with the requirements for satisfactory materials are unsatisfactory. Unsatisfactory materials also include man-made fills; trash; refuse; backfills from previous construction; and material classified as satisfactory which contains root and other organic matter or frozen material. The Engineer shall be notified of any contaminated materials. M. Cohesionless and Cohesive Materials: Cohesionless materials include materials classified in ASTM D 2487 as GW, UP, SW, and SP. Cohesive materials include materials classified as GC, SC, ML, CL, MH, and CH. Materials classified as GM and SM will be identified as cohesionless only when the fines are nonplastic. Testing required for classifying materials shall be in accordance with ASTM D 4318, ASTM C 136, ASTM D 422, and ASTM D 1140. N. Degree of Compaction: Degree of compaction required is expressed as a percentage of the maximum density obtained by the test procedure presented in ASTM D 698 abbreviated as a percent of laboratory maximum density. 01257701 EARTHWORK 02300 - 2 07/03 P. O. Topsoil: Material suitable for topsoils obtained from offshe amas or the top 3 feet of excavated material shall be defined as clean and uncontaminated soils capable of sustaining plant life. 1.5 SUBMITTALS A. Material Reports 1. Classification according to ASTM D 2487 for each site of borrow soil material. 2. Laboratory compaction curve according to ASTM D 698 for each on -site or borrow soil material. 1.6 QUALITY ASSURANCE A. Geotechnical Testing and Construction Material Agency Qualifications: An independent testing agency qualified according to ASTM E 329 to conduct soil materials and construction materials testing. Where rock definition is in dispute, the independent testing agency shall also meet the requirements of ASTM E 329 for rock definition testing, participate in the American Association of Laboratory (A2LA) accreditation program, and be under the direction of a licensed Professional Engineer licensed in the State of Texas with a minimum of 5 years in the inspection and testing of geotechnical and construction materials. PART 2 - PRODUCTS 2.1 SOIL MATERIALS 'A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. Refer to Section 02318 — Borrow. B. Satisfactory Soils: ASTM D 2487 soil classification groups GW, GP, GM, SW, SP, and SM, or a combination of these group symbols; free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. Satisfactory soils should have a liquid limit of 45 maximum and a plasticity index of 15 maximum. �^ C. Unsatisfactory Soils: ASTM D 2487 soil classification groups GC, SC, Mt, MIL CL, CH, OL, OH, and PT, or a combination of these group symbols. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Backfill and Fill: Satisfactory soil materials. E. Subbase: Satisfactory soils. F. Flexible Base: 1. The material for flexible base shall consist of crushed caliche (limestone, calcareous clay particles, conglomerate, gravel, or other approved granular materials) produced from oversized quarried aggregate, sized by crushing and produced from a naturally occurring single source. No blending of sources and/or additive materials will be allowed. The material source shall be subject to approval by the Engineer. If material characteristics within the approved source change, the material shall be subject to retesting and re -approval prior to continued use. The Contractor shall not change material sources without approval by the Engineer. 01257701 EART14WORK 02300 - 3 07/03 I - 2. Flexible base material shall conform to the following test requirements: 0 Sieve Analysis Sieve Size 2-1/2" 1-3/4" 7/8" 1/2" #4 #40 % retained 0 0-10 10-35 30-50 45-65 70-85 Atterberg Limits �- Material passing the No. 40 sieve shall be known as "Soil Binder" and shall meet the following requirements: ,., Liquid Limit 45 maximum Plasticity Index 15 maximum and 3 minimum Linear Shrinkage 10 maximum Wet Ball Mill When tested in accordance with Tex-116-E (Wet Ball Mill) the material shall have a value not to exceed 55.. G. Subgrade: Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off site soil, free from vegetation or other objectionable matter. All unstable ^" or objectionable material shall be removed from the subgrade and replaced with approved material. The material shall be suitable for forming a stable embankment and shall meet the following requirements: Liquid Limit 45 maximum Plasticity Index 15 maximum Linear Shrinkage 2 min —10 max Subgrade material which does not meet the above requirements may be conditioned with lime or caliche screenings. The conditioning shall produce a uniform subgrade material which meets all of these specified subgrade requirements. 2.2 ACCESSORIES A. Warning Tape: Acid- and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities uncovered during prosecution of the work, 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility; colored as follows: 1. Red: Electric. 2. Yellow: Gas and oil. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. B. Warning tape to be placed within 3 feet of ground surface. 01257701 EARTHWORK 02300 - 4 """' 07/03 Q 0 0 W" PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. B. Protect subgrades and foundation soils against freezing temperatures or frost. C. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 3.2 EXPLOSIVES A. Explosives: Obtain written permission from authorities having jurisdiction before bringing explosives to Project site or using explosives on Project site. 1. Do not damage adjacent structures, property, or site improvements or weaken the bearing capacity of rock subgrade when using explosives. 2. Explosives shall not be used on the project except as a last resort. when other construction methods have failed to perform satisfactorily. 3.3 STRIPPING OF TOPSOIL A. Topsoil will be separately excavated, stored, and used for surface finish in preparation for seeding, sodding, or other planting, only where topsoil is definitely superior for grass and plant growth as compared with the remainder of the excavated material. In general, this shall be considered as the top 3 feet of excavated material. Surface soil that is a heavy clay, predominantly sandy, or is lean in grass -and plant -growth qualities, will not be saved. The hauling, spreading, smoothing, and maintenance of the topsoil in preparation for the seeding and planting operations are generally considered under a separate section, and therefore are not considered in this specification. 3.4 ROCK EXCAVATION A. Material to be removed is unclassified. No adjustment to bid price will be made for encountering rock. Excavation of all material is considered to be in the prices bid. 3.5 FROZEN MATERIAL A. Soils shall not be placed on a foundation which contains frozen material, or which has been subjected to freeze -thaw action. This prohibition encompasses all foundation types, including the natural ground, all prepared subgrades (whether in an excavation or on an embankment) and all layers of previously placed and compacted earth fill which become the foundations for successive layers of earth fill. All material that freezes or has been subjected to freeze -thaw action during the construction work, or during periods of temporary shutdowns, such as, but not limited to, nights, holidays, weekends, winter shutdowns, or earthwork operations, shall be removed to a depth that is acceptable to the Engineer and replaced with new material. Alternatively, the material will be thawed, dried, reworked, and recompacted to the specified criteria before additional material is placed. The Engineer will determine when placement of fill or backfill shall . cease due to cold weather. The Engineer may elect to use average daily air temperatures, and/or physical 01257701 EARTHWORK 02300 - 5 .. 07/03 W observation of the soils for his determination. Embankment material shall not contain frozen clumps of soil, snow, or ice. 3.6 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks and pavements to indicated cross sections, elevations, and grades. 3.7 EXCAVATION FOR UTILITY TRENCHES A. Refer to Section 02317 — Excavation and Backfill for Utilities. 3.8 SUBGRADE PREPARATION A. Subgrade shall be prepared in conformance with the lines and grades shown on the plans, or as directed by the Engineer, by scarifying and compacting to a minimum of 95% of Standard Proctor Density at a moisture content within 2% of optimum. Subgrade shall.be constructed in maximum of 6 inch lifts. The total thickness of the subgrade shall be 12 inches minimum for thoroughfares and Farmers Cooperative Compress entrance road, and 6 inches minimum for all other streets, or as indicated on plan sheets. The compaction method for subgrade shall provide for each lift to be compacted to the specified density using appropriate equipment. After each section of subgrade is complete, tests will be made by Contractor with respect to moisture and density using nuclear testing equipment. At any time the Engineer may require proof rolling to test the uniformity of compaction. ., Any fill placed within existing or proposed street right-of-way in execution of an approved cut and fill plan shall meet these requirements for materials and construction. Subgrade not . . covered with base material within 7 days of completion may be subject to retesting and reprocessing as determined by the Engineer. 3.9 FLEXIBLE BASE CONSTRUCTION A. Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing base material. B. Approved flexible base material shall be hauled in vehicles of uniform capacity and dumped evenly along the project length for processing and compaction. Processing shall be accomplished in multiple lifts of 3 inches compacted thickness. Each course shall be wetted and rolled as required to produce a uniform compaction of 95% of Standard Proctor Density at a moisture content 1% to 2% below optimum. C. Completed flexible base shall be cured for at least 7 days before finishing. During the curing period the street may be opened to traffic. The base shall be maintained by blading, watering, or other methods until the wearing surface is placed. D. The compacted flexible base shall be finished and shaped immediately preceding the application of the surface treatment. All loose or unconsolidated material shall be removed and the surface moistened and rolled with a steel wheel roller. All irregularities, depressions, or weak spots which develop shall be corrected by scarifying, adding or removing material as required, reshaping, and recompacting, or other methods approved by the Engineer. 01257701 EARTHWORK 02300 - 6 07/03 E. Any deviation in the surface of the finished base in excess of 3/8 inch from the established grade or true cross-section, using a 10 foot long straight edge, shall be corrected as provided above. 3.10 STORAGE OF SOIL MATERIALS A. Stockpile satisfactory excavated soil materials. Stockpile soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover or spray with �-+ dust suppressant to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of trees. 3.11 UTILITY TRENCH BACKFILL A. Refer to Section 02317 — Excavation and Backfill for Utilities. 3.12 FILL A. Preparation: Remove vegetation, topsoil, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface before placing fills. B. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so ^* fill material will bond with existing material. C. Place and compact fill material in layers to required elevations as follows: 1. Under grass and planted areas, use satisfactory soil material. Top layer to be minimum one -foot thickness of topsoil. 2. Under walks and pavements, use satisfactory soil material. 3.13 MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air-dry, otherwise. satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.14 COMPACTION OF FELLS A. Place fill materials in layers not more than 8 inches in loose depth for material compacted P" by heavy compaction equipment, and not more than 4 inches m loose depth for material compacted by hand -operated tampers. B. Compact soil to not less than the following percentages of maximum dry unit weight according to ASTM D 698: 1. Under walkways, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill material at 95 percent. ., 2. . Under lawn or unpaved areas, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill material at 95 percent. 01257701 EARTHWORK 02300 - 7 """ 07/03 .i 3.15 TESTING A. Testing Agency: Contractor shall perform field quality -control testing in conformance with Section 01400 — Quality Requirements. Owner may conduct independent testing. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. C. Testing agency will test compaction of soils in place according to ASTM D 1556 and ASTM D 2922, as applicable. Tests will be performed at the following locations and frequencies: 1. Paved Areas: At subgrade and at each compacted fill layer, at least one test for every 4000 sq. ft. or less of paved area, but in no case fewer than three tests. 2. Trench Backfill: Refer to Section 02317 — Excavation and Backfill for Utilities. D. When testing'agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. Contractor shall be responsible for paying for failing tests conducted by Owner. Such failing tests shall include pro-rata technician time charges, pro-rata mileage expense and other pro -rated agency charges. 3.16 GRADING A. General: Uniformly grade areas to a smooth surface, free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface . tolerances. B. Site Grading: Finish subgrades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: Plus or minus 1 inch 2. Walks: Plus or minus 1 inch. 3. Pavements: Plus of minus 3/8 inch. 3.17 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. �+ 1. Scarify or remove and replace soil material to depth as directed by Engineer, reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 01257701 EARTHWORK 02300 - 8 '"" 07/03 3.18 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property according to Section 01576 — Waste Material Disposal. END OF SECTION 02300 01257701 EARTHWORK 02300 - 9 07/03 SECTION 02317 EXCAVATION AND BACKFILL FOR UTILITIES PART 1- GENERAL 1.1 SECTION INCLUDES A. This section of the specifications includes information on excavation, trenching, foundation, embedment, and backfill for installation of utilities, including storm sewers, manholes and other pipeline structures. I I RELATED SECTIONS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specification sections apply to this section. B. Section 01400 — Quality Requirements. C. Section 01500 — Temporary Facilities and Controls. D. Section 01555 — Barricades, Signs and Traffic Handling. E. Section 02080 — Precast Concrete Manholes and Vaults. --F. Section 02231— Tree and Plant Protection. G. Section 02240 - Dewatering. H. Section 02260 — Excavation Support and Protection. L Section 02300 — Earthwork. J. Section 02318 - Borrow K. Section 02320 — Utility Backfill Materials. 1.3 DEFINITIONS A. Pipe Foundation: Suitable and stable native soils that are exposed at the trench subgrade '" after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation backfill material placed and compacted in over -excavations. B. Pipe Bedding: The portion of trench backfill that extends vertically from top of foundation "* up to a level line at bottom of pipe, and horizontally under 1/3 of the pipe O.D. C. Haunching: The material placed on either side of pipe from the foundation to the springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to opposite *+ sidewall, excluding the bedding section as shown on the plans. For flexible wall pipe, the haunching material extends to a minimum of IT' above the top of the pipe. D. Initial Backfill: The portion of trench backfill that extends vertically from the top of haunching or cement stabilized backfill up to a level line even with finish grade, and horizontally from one trench sidewall to opposite sidewall. E. Pipe Embedment: The portion of trench backfill that consists of bedding, haunching and initial backfill. F. Trench Zone: The portion of trench backfill that extends vertically from top of pipe embedment up to a line immediately below pavement subgrade or up to final grade when not beneath pavement. G. Backfill: Suitable material meeting specified quality requirements, placed and compacted under controlled conditions. 01257701 EXCAVATION AND BACKFILL FOR UTILITIES 02317 -1 "° 07/03 H. Ground Water Control Systems: Installations external to trench, such as well points, eductors, or deep wells. Ground water control includes dewatering to lower ground water, intercepting seepage which would otherwise emerge from side or bottom of trench excavation, and depressurization to prevent failure or heaving of excavation bottom. Refer to Section 02240 - Dewatering. *— I. Surface Water Control: Diversion and drainage of surface water runoff and rain water away from trench excavation. Rain water and surface water accidentally entering trench shall be controlled and removed as a part of excavation drainage. J. Excavation Drainage: Removal of surface and seepage water in trench by sump pumping or other approved means. K. Trench Conditions are defined with regard to the stability of trench bottom and trench walls of pipe embedment zone. Maintain trench conditions that provide for effective placement and compaction of embedment material directly on or against undisturbed soils or foundation backfill, except where structural trench support is necessary. 1. Dry Stable Trench: Stable and substantially dry trench conditions exist in pipe embedment zone as a result of typically dry soils or achieved by ground water control (dewatering or depressurization) for trenches extending below ground water level. 2. Stable Trench with Seepage: Stable trench in which ground water seepage is controlled by excavation drainage. a. Stable Trench with Seepage in Clayey Soils: Excavation drainage is provided �^ in lieu of or to supplement ground water control systems to control seepage and provide stable trench subgrade in predominately clayey soils prior to bedding placement. ..•• b. Stable Wet Trench in Sandy Soils: Excavation drainage is provided in the embedment zone in combination with ground water control in predominately sandy or silty soils. 3. Unstable Trench: Unstable trench conditions exist in the pipe embedment zone if ground water inflow or high water content causes soil disturbances, such as sloughing, sliding, boiling, heaving or loss of density. L. Subtrench: Subtrench is a special case of benched excavation. Subtrench excavation below trench shields or shoring installations may be used to allow placement and compaction of foundation or embedment materials directly against undisturbed soils. Depth of a subtrench depends upon trench stability and safety as determined by the Contractor. M. Trench Dam: A placement of low permeability material in pipe embedment zone or foundation to prohibit ground water flow along the trench. N. Over -Excavation and Backfill: Excavation of subgrade soils with unsatisfactory bearing capacity or composed of otherwise unsuitable materials below top of foundation as shown on Drawings, and backfilled with foundation backfill material. O. Foundation Backfill Materials: Natural soil or manufactured aggregate of controlled ., gradation, to control drainage and material separation. Foundation backfill material is placed and compacted as backfill to provide stable support for bedding. P. Trench Safety Systems include both protective systems and shoring systems as defined in Section 02260 — Excavation Support and Protection. Q. Trench Shield (Trench Box): A portable worker safety structure moved along the trench as work proceeds, used as a protective system and designed to withstand forces imposed on it by cave-in, thereby protecting persons within the trench. Trench shields may be stacked if so designed or placed in a series depending on depth and length of excavation to be protected. 0 01257701 EXCAVATION AND BACKFII.L FOR UTILITIES 02317 - 2 07/03 R. Shoring System: A structure that supports sides of an excavation to maintain stable soil conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent ..» installations or improvements. 1.4 REFERENCES A. ASTM D 558 - Test Methods for Moisture Density Relations of SoilCement Mixtures. B. ASTM D 698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5-1b (2.49-kg) Rammer and 12-in. (304.8-mm) Drop. C. ASTM D 1556 - Test Method for Density in Place by the Sand -Cone Method. D. ASTM D 2487 - Classification of Soils for Engineering Purposes. E. ASTM D 2922 - Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D 3017 - Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). ,., G. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. H. TxDOT Tex-101 E - Preparation of Soil and Flexible Base Materials for Testing. I. TxDOT Tex-110-E - Determination of Particle Size Analysis of Soils. J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). $-R 1 1.5 SCHEDULING A. Schedule work so that pipe embedment can be completed on the same day that acceptable foundation has been achieved for each section of pipe installation, manhole, or other structures. 1.6 SUBMITTALS A. Conform to Section 01330 -Submittal Procedures. B. Submit a written description for information only of the planned typical method of ., excavation, backfill placement and compaction, including: 1. Sequence of work and coordination of activities. 2. Selected trench widths. ..; 3. Procedures for foundation and embedment placement, and compaction. 4. Procedure for use of trench boxes and other premanufactured systems while assuring specified compaction against undisturbed soil. C. Submit a ground and surface water control plan in accordance with requirements in this Section and Section 02240 - Dewatering. D. Submit backfill material sources and product quality information in accordance with requirements of Section 02320 - Utility Backfill Materials. E. Submit record of location of storm sewer as installed, referenced to survey control points. Include locations of utilities encountered that are not shown on drawings or rerouted for the -convenience of the Contractor. Give stations, 1927 state plane coordinates, elevations, inverts, and gradients of installed storm sewer. F. Submit field density tests of trench backfill. G. Submit laboratory density compaction curves for each material. 01257701 EXCAVATION AND BACKFiLL FOR UTILITIES 02317 - 3 POO 07/03 1.7 TESTS A. Perform backfill material source qualification testing in accordance with requirements of Section 02320- Utility Backfill Materials. B. Perform field density tests of trench backfill representative of each 200 linear feet of trench '^ and each one -foot of lift thickness. U a single storm sewer run is less than 200. feet in length, provide a minimum of one test per each foot of lift thickness. . C. Once within pavement subgrade depth under paved areas, perform field density tests of .+ subgrade at the frequency specified in Section 02300 — Earthwork. D. The Owner will perform his own check of field densities at random intervals at Owner's expense for passing tests. Failing tests will be charged to the Contractor. PART 2 - PRODUCTS 2.1 EQUIPMENT A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the �^* requirements of this Section. B. Use only hand -operated tamping equipment until a minimum cover of 12 inches is obtained over pipes, conduits, and ducts. Do not use heavy compacting equipment until adequate cover is attained to prevent damage to pipes, conduits, or ducts. Do not use vibratory equipment until 5 feet of cover over pipes, conduits and ducts is obtained. Do not use vibratory equipment if adjacent structures are affected. C. Use trench shields or other protective systems or shoring systems which are designed and operated to achieve placement and compaction of backfill directly against undisturbed native soil. 2.2 MATERIAL CLASSIFICATIONS A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product descriptions of Section 02320 - Utility Backfill Materials. PART 3 - EXECUTION 3.1 INSTALLATION A. Install flexible pipe to conform to the trench details shown in the drawings. B. Install rigid pipe to conform with the trench details shown in the drawings. 3.2 PREPARATION A. Establish traffic control to conform with requirements of Section 01555 - Barricades, Signs and Traffic Handling and the drawings. B. Perform work to conform with applicable safety standards and regulations. Employ . a trench safety system as specified in Section 02260 — Excavation Support and Protection. C. Immediately notify the agency or company owning any existing utility line which is damaged, broken, or disturbed. Obtain approval from the Engineer and agency for any repairs or relocations, either temporary or permanent. 01257701 EXCAVATION AND BACKFILL FOR UTILITIES 0231.7 - 4 " ' 07/03 D. Remove existing pavements and structures, including sidewalks and driveways, to conform with requirements of Section 02220 - Demolition. E. Install and operate necessary dewatering and surface water control measures to conform with Section 02240 - Dewatering. F. Maintain permanent benchmarks, monumentation, and other reference points. Unless otherwise directed in writing, replace those which are damaged or destroyed. 3.3 PROTECTION A. Protect trees, shrubs, lawns, existing structures, and other permanent objects outside of grading limits and within the grading limits as designated on the Drawings, and in accordance with requirements of Section 02231- Tree and Plant Protection. B. Protect and support above -grade and below -grade utilities which are to remain. C. Restore damaged permanent facilities to pre -construction conditions unless replacement or abandonment of facilities are indicated on the Drawings. D. Take measures to minimize erosion of trenches. Do not allow water to pond in trenches. Where slides, washouts, settlements, or areas with loss of density or pavement failures or potholes occur, repair, recompact, and pave those area at no additional cost to Owner. 3.4 EXCAVATION A. Perform excavation work so that pipe, conduit, and ducts can be installed to depths and alignments shown on the Drawings. Avoid disturbing surrounding ground and existing facilities and improvements. ,�. B. Trench excavation widths are indicated on the drawings: C. Use sufficient trench width or benches above the embedment zone for installation of well point headers or manifolds and pumps where depth of trench makes it uneconomical or impractical to pump from the surface elevation. Provide sufficient space between shoring cross braces to permit equipment operations and handling of forms, pipe, embedment and backfill, and other materials. D. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal, or concealed conditions, discontinue work at that location. Notify the Engineer and obtain instructions before proceeding. E. Shoring of Trench Walls. 1. Install Special Shoring in advance of trench excavation or simultaneously with the trench excavation, so that the soils within the full height of the trench excavation walls will remain laterally supported at all times. 2. . For all types of shoring, support trench walls in the pipe embedment zone throughout the installation. Provide trench wall supports sufficiently tight to prevent washing the trench wall soil out from behind the trench wall support. 3. Unless otherwise directed by the Engineer, leave sheeting driven into or below the pipe embedment zone in place to preclude loss of support of foundation and embedment materials. Leave rangers, walers, and braces in place as long as required to support sheeting, which has been cut off, and the trench wall in the vicinity of the pipe zone. 4. Employ special methods for maintaining the integrity of embedment or foundation material. Before moving supports, place and compact embedment to sufficient depths to provide protection of pipe and stability of trench walls. As supports are moved, finish placing and compacting embedment. 01257701 EXCAVATION AND BACKFI LL FOR UTILITIES 02317 - 5 07/03 om 5. 1f sheeting or other shoring is used below top of the pipe embedment zone, do not disturb pipe foundation and embedment materials by subsequent removal. Maximum thickness of removable sheeting extending into the embedment zone shall be the equivalent of a 1-inch-thick steel plate. Fill voids left on removal of supports with compacted backfill material. F. Use of Trench Shields. When a trench shield (trench box) is used as a worker safety device, the following requirements apply: 1. Make trench excavations of sufficient width to allow shield to be lifted or pulled freely, without damage to the trench sidewalls. 2. Move trench shields so that pipe, and backfill materials, after placement and compaction, are not damaged nor disturbed, nor the degree of compaction reduced. .,3. When required, place, spread, and compact pipe foundation and bedding materials beneath the shield. For backfill above bedding, lift the shield as each layer of backfill is .placed and spread. Place and compact backfill materials against undisturbed trench walls and foundation. 4. Maintain trench shield in position to allow sampling and testing to be performed in a safe manner. 5. Contractor shall provide trench shield for Owner's tests within the trench as required in paragraph 3.11.B. 3.5 HANDLING EXCAVATED MATERIALS A. Use only excavated materials which are suitable as defined in this Section and conforming with Section 02320 - Utility Backfill Materials. Place material suitable for backfilling in �+ stockpiles at a distance from the trench to prevent slides or cave-ins. B. When required, provide additional backfill material conforming with requirements of Section 02318 - Borrow. C. Do not place stockpiles of excess excavated materials on streets without Owner's permission and adjacent properties without signed releases. Protect excess stockpiles for use on site. Maintain site conditions in accordance with Section 01500 - Temporary Facilities and Controls. 3.6 GROUND WATER CONTROL A. Implement ground water control according to Section 02240 - Dewatering. Provide a stable trench to allow installation in accordance with the Specifications. . 3.7 TRENCH FOUNDATION A. Excavate bottom of trench to uniform grade to achieve stable trench conditions and satisfactory compaction of foundation or bedding materials. B. Install trench dams of cement stabilized backfill at every'50 ft. of trench length between manholes as shown on plans. Do not place trench dams closer than 25 feet from manholes. If pipe length is less than 50 feet, omit trench dam If pipe length is between 50 and 100 feet in length, install one trench dam. 3.8 PIPE EMBEDMENT, PLACEMENT, AND COMPACTION A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil. 01257701 EXCAVATION AND BACKFELL FOR UTILITIES 02317 - 6 '""" 07/03 B. Place embedment including bedding, haunching, and initial backfill as shown on Drawings. C. For pipe installation, manually spread embedment materials around the pipe to provide uniform bearing and side support when compacted. Do not allow materials to free -fall from heights greater than 24 inches above top of pipe. Perform placement and compaction directly against the undisturbed soils in the trench sidewalls, or against sheeting which is to remain in place. D. Do not place trench shields or shoring within height of the embedment zone unless means .. to maintain the density of compacted embedment material are used. If moveable supports are used in embedment zone, lift the supports incrementally to allow placement and compaction of the material against undisturbed soil. .., E. Do not damage coatings or wrappings of pipes during backfilling and compacting operations. When embedding coated or wrapped pipes, do not use crushed stone or other sharp, angular aggregates. F. Place haunching material manually around the pipe and compact it to provide uniform bearing and side support. If necessary, hold small -diameter or lightweight pipe in place with sand bags or other suitable means during compaction of haunch areas and placement beside the pipe. G. Shovel in place and compact embedment material using pneumatic tampers in restricted areas, and vibratory -plate compactors or engine -powered jumping jacks in unrestricted areas. Compact each lift before proceeding with placement of next lift. Water tamping and water jetting are not allowed. H. For flowable fill, such as cement stabilized backfill, vibrate #towable backfill with concrete vibrator to consolidate material under haunches. F" 3.9 TRENCH ZONE BACKFI LL PLACEMENT AND COMPACTION ..� A. Place backfill for pipe or conduits and restore surface as soon as practicable. Leave only the minimum length of trench open as necessary for construction. Maximum allowed open trench is limited to 200 feet. B. Where damage to completed pipe installation work is likely to result from withdrawal of sheeting, leave the sheeting in place. Cut off sheeting 1.5 feet or more above the crown of the pipe. Remove trench supports within 5 feet from the ground surface. C. Place trench zone backfdl in lifts and compact by methods selected by the Contractor. Fully compact each lift before placement of the next lift. 1. Cement Stabilized BackfillilLean Concrete Backfill a. Place in depths as shown on plans. b. Use vibratory equipment to ensure placement under the haunches of the pipe. Do not place soil backfill on top of cement stabilized backfill or lean ,concrete backfill until it has cured for 24 hours. 2. Pea Gravel a. Place in depths as shown on plans. b. Use vibratory equipment or shovel -slicing to ensure placement under the haunches of the pipe. Vibratory equipment shall be considered ineffective if it doesn't visibly cause the pea gravel to flow. 3. Native Material/Borrow Material a. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding 12 inches. b. Compaction by trench sheep's foot or by vibratory equipment to a minimum of 95 percent of the maximum dry density determined according to ASTM D '"�` 698. Use of vibratory equipment limited as specified in paragraph 2.1.B. 01257701 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 7 '"`" 07/03 ..w C. Moisture content within 2% of optimum determined according to ASTM D 698. 4. Topsoil a. Maximum lift thickness determined by Contractor to achieve uniform placement and required compaction, but not exceeding 12 inches. b. Compaction by sheep's foot, by steel wheel roller or by vibratory equipment to a minimum of 95 percent of the maximum dry density determined according to ASTM D 698. Use of vibratory equipment limited as specified in paragraph 2.1.B. c. - Moisture content within 2% of optimum determined according to ASTM D 698. d. Minimum overall topsoil thickness for plant growth shall not be less than 12 inches. 5. Bedding Material a. Sand bedding shall be loosely placed in trench as shown on drawings. 3.10 MANHOLES, JUNCTION BOXES, INLETS AND OTHER PIPELINE STRUCTURES A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as shown on the Drawings. 3.11 FIELD QUALITY CONTROL A. Test for material source qualifications as defined in Section 02320 - Utility Backfill ,.A Materials. B. Provide excavation and trench safety systems at locations and to depths required. for testing and retesting during construction at no additional cost to Owner. C. Tests will be performed by Contractor on a minimum of three different samples of each material type for plasticity characteristics, in accordance with ASTM D 4318, and for gradation characteristics, in accordance with Tex-101-E and Tex-110-E. Additional classification tests will be performed whenever there is a notk,-,*Ie change in material gradation or plasticity. D. At least three tests for moisture -density relationships will be performed initially for backfill materials in accordance with ASTM D 698. Additional moisture -density relationship tests will be performed whenever there is a noticeable change in material gradation or plasticity. E. In -place density tests of compacted pipe foundation, embedment and trench zone backfill soil materials will be performed according to ASTM D 1556, or ASTM D 2922 and ASTM �-+ D 3017, and at the following frequencies and conditions. 1. A minimum of one test for every 100 linear feet of compacted trench zone backfill material for each 12 inches of backfill. If a pipe reach is less than 100 feet in length, WON* a minimum of one test of compacted trench zone backfill material for each 12 inches of backfill. 2. Density tests will be distributed among the placement areas. Placement areas are. foundation, bedding, haunching, initial backfill and trench zone. 3. The number of tests will be increased if inspection determines that soil type or moisture content are not uniform or if compacting effort is variable and not considered sufficient to attain uniform density, as specified. 4. Density tests may be performed at various depths below the fill surface by pit excavation. Material in previously placed lifts may therefore be subject to acceptance/rejection. ,., 01257701 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 8 07/03 5. Two verification tests will be performed adjacent to in -place tests showing density less than the acceptance criteria. Placement will be rejected unless both verification tests show acceptable results. 6. Recompacted placement will be retested at the same frequency as the first test series, including verification tests. F. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not meet specified compaction requirements. For hardened cement stabilized backfill with nonconforming density, core and test for compressive strength at Contractor's expense. G. Acceptability of crushed rock and pea gravel compaction will be determined by inspection. 3.12 DISPOSAL OF EXCESS MATERIAL A. Dispose of excess materials in accordance with requirements of Section 01576 - Waste Material Disposal END OF SECTION 02317 Nor_-, low 01257701 EXCAVATION AND BACKFILL FOR UTILITIES 02317 - 9 ^^+ 07/03 SECTION 02318 BORROW PART1-GENERAL 1.1 SECTION INCLUDES A. This portion of the specifications shall consist of the removal and proper utilization of materials secured from sources obtained by the contractor and approved by the Engineer. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specification sections apply to this section. B. Related Sections include the following. 1. Section 01400 — Quality Requirements. 2. Section 02300 - Earthwork. 3. Section 02317 - Excavation and Backfill for Utilities. 4. Section 02260 - Excavation Support and Protection. 5. Section 02920 - lawns and Grasses. 1.3 REFERENCES AM[ERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) KIM ASTM C 136 (1996a) Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 (1963; R 1998) Particle -Size Analysis of Soils ASTM D 698 Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft) ASTM D 1140 (1997) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve ASTM D 1556 (1996; R 1996) Density and Unit Weight of Soil in Place by the Sand -Cone Method ASTM D 2487 (1998) Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D 2922 (1996) Density of Soil and Soil -Aggregate in Place by Nuclear Methods {Shallow Depth) ASTM D 3017 (1988; R 1996el) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) ASTM D 4318 (1998) Liquid Limit, Plastic Limit, and Plasticity Index of Soils 01257701 BORROW '02318 -1 07/03 1.4 DEFINITIONS '--� A. Refer to Section 02300 — Earthwork and Section 02317 — Excavation and Backfill for Utilities. 1.5 SUBMITTALS A. Material Reports 1. Classification according to ASTM D 2487 of borrow soil material. 2. Laboratory compaction curve according to ASTM D 698 for borrow soil material. PART 2 - PRODUCTS 2.1 MATERIALS A. Class A (Select Borrow): This material shall consist of sand or other suitable granular material, free from vegetation or other objectionable matter and reasonably free from lumps of earth, and when tested by ASTM laboratory methods, shall meet the following requirements: 1. The liquid limits shall not exceed 45. 2. The plasticity index shall not be less than 4 nor more than 15. B. Class B: This material shall consist of suitable non -swelling (soils with a plasticity index less than 20) earth material such as loam, clay or other such materials that will form a stable embankment. C. Topsoil: This material shall consist of approved topsoil material and shall be clean, friable soil capable of supporting plant life. This material shall also be free of stones and all other debris. PART 3 - EXECUTION 3.1 METHODS OF CONSTRUCTION r-• A. Prior to commencing this work, all erosion control and environmental measures required shall be in place. B. Use all suitable materials removed from excavation insofar as practicable. ,.� C. All complicated excavation grade work shall conform to the established alignment, grades, and cross-section required of the Contractor by the borrow pit owner. D. Contractor shall arrange for borrow from one of the following sources: 1. Existing borrow pit. 2. New borrow pit. 3. Surplus excavated material from a site which has a site development permit. 4. Borrow from an existing playa lake. If this playa lake is located within the Lubbock ETJ a cut and fill plan will be required and must be approved prior to any excavation. E. Contractor shall notify Engineer 3 weeks prior to opening pit to permit necessary testing for approval of materials. All borrow sites shall comply with the requirements of the permit. F. During construction, keep borrow sources drained insofar as practicable to permit final cross sections to be taken, when required. 01257701 BORROW 02318 - 2 07/03 G. Maintain borrow sites to minimize the impact on the appearance of the natural topographic features and at no time create a potential hazard to the public. END OF SECTION 02318 01257701 BORROW 02318 - 3 07/03 X, AM SECTION 02320 UTILITY BACKFILL MATERIALS PART1-GENERAL 1.1 SECTION INCLUDES A. This Section of the specifications covers materials related to the backfill of utilities. Included are the following: 1. "Concrete" sand. 2. Cement stabilized backfill. 3. Lean concrete backfill. 4. Native soil materials. 5. Topsoil. 6. Borrow material. 7. Pea Gravel. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specifications, apply to this section. B. Section 02300 — Earthwork. C. Section 02317 — Excavation and Backfill for Utilities. D. Section 02318 — Borrow. 1.3 DEFINITIONS A. Refer to Section 02317 — Excavation and Backfill for Utilities. 1.4 REFERENCES A. ASTM C 33 - Specification for Concrete Aggregate. B. ASTM C 40 - Test Method for Organic Impurities in Fine Aggregates for Concrete. C. ASTM C 123 - Test Method for Lightweight Pieces in Aggregate. D. ASTM C 131 - Test Method for Resistance to Degradation of. Small -Size Coarse PON Aggregate by Abrasion and Impact in the Los Angeles Machine. E. ASTM C 136 - Test Method for Sieve Analysis of Fine and Coarse Aggregates. F. ASTM C 142 - Test Method for Clay Lumps and Friable.Particles in Aggregates. G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3). H. ASTM D 1140 - Test Method for Amount of Materials in Soils Finer Than No. 200 Sieve. I. ASTM D 2487 - Classification of Soils for Engineering Purposes (Unified Soil Classification System). J. ASTM D 2488 - Standard Practice for Description and Identification of Soils (Visual - Manual Procedure). K. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. L. ASTM D 4643 - Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method. -- M. TxDOT Tex-101-E - Preparation of Soil and Flexible Base Materials for Testing. 01257701 UTILITY BACKFILL MATERIALS 02320 -1 ^� 07/03 N. TxDOT Tex-104-E - Test Method for Determination of Liquid Limit of Soils (Part 1) O. TxDOT Tex-106 E - Test Method - Methods of Calculating Plasticity Index of Soils. '^ P. TxDOT Tex-110-E - Determination of Particle Size Analysis of Soils. 1.5 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. . B. Submit a description of source, material classification and product description, production method, and application of backfill materials. C. Submit test results for samples of off site backfill materials to comply with Paragraph 2.2, Materials Testing and Section 02318 - Borrow. D. Before stockpiling materials, submit a copy of temporary easement or approval from landowner for stockpiling backfill material on private property. E. For each delivery of material, provide a delivery ticket which includes source location. "P" 1.6 TESTS 0 A. Perform tests of sources for off -site backfill material in accordance with Paragraph 2.2 and Section 02318 - Borrow. B. Verification tests of backfill materials may be performed by the Owner, at Owner's expense; however, failing tests will be charged to the Contractor and deducted from Contractor's progress payments. PART 2 - PRODUCTS 2.1 MATERIAL DESCRIPTIONS A. "Concrete" Sand 1. Coarse -,grained, well -graded, sand (natural, manufactured, or a combination of both) conforming to requirements of ASTM C33. 2. Gradation shall conform to ASTM C 136 and the following limits. SIEVE PERCENT PASSING 3/811 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 10 to 30 No. 100 2 to 10 B. Cement Stabilized Backfill 1. Cement content 2 sack mix per cubic yard. 2. Water/cement ratio = 0.8 maximum. - 3. Maximum aggregate size shall not exceed one -inch diameter for backfilling pipe sizes less than 48 inches in diameter. C. Lean Concrete Backfill 1. Cement content 4 sack mix per cubic yard. 2. Water/cement ratio = 0.60. 01257701 UTILITY BACKFU L MATERIALS 02320 - 2 �^ 07/03 .. D. Native Soil Material for Backfill 1. Provide backfill material that is free of stones greater than 6 inches, free of roots, waste, debris, trash, organic material, unstable material, non -soil matter, hydrocarbon or other contamination. E. Topsoil '^ 1. Provide topsoil material that is free of stones greater than 2 inches, free of roots, waste, trash, debris, organic material, unstable material, non -soil matter, hydrocarbon or other contamination. -- 2. Surface shall be made clear of rock and other debris before planting. 3. Use top 3 feet of excavated material for topsoil backfill. This material shall be set aside to prevent mixing with other excavated material. Topsoil is only required in non -paved areas. F. Borrow 1. Refer to Section 02318 — Borrow. 2. Use Class A borrow under roadways and Class B elsewhere as specified in Section 02318 — Borrow. G. Pea Gravel 1. Pea gravel shall be free of waste, trash, debris, organic material, unstable material, or other non -gravel matter. 2. Pea _gravel shall be graded within the following limits: SIEVE PERCENT PASSING 3h" 100 3/8" 85 to 100 No. 4 10 to 30 No. 8 0 to 10 No. 16 0 to 5 2.2 MATERIAL TESTING ., A. Ensure that material selected, produced and delivered to the project meets applicable specifications and is of sufficiently uniform properties to allow practical construction and quality control. B. Source or Supplier Qualification. Perform testing, or obtain representative tests by suppliers, for selection of material sources and products. Provide test results for a minimum of three samples for each source and material type. Tests samples of processed materials from current production representing material to be delivered. Tests shall verify that the materials meet specification requirements. Repeat qualification test procedures each time the source characteristic changes or there is a planned change in source location or supplier. Qualification tests shall include, as applicable: 1. Gradation. Complete sieve analyses shall be reported regardless of the specified control sieves. The range of sieves shall be from the largest particle through the No. 200 sieve. 2. Plasticity of material passing the No. 40 sieve. 3. Los Angeles abrasion wear of material retained on the No. 4 sieve. 4. Clay lumps. - �., 5. Lightweight pieces 6. Organic impurities C. Production Testing. Provide reports to the Engineer from an independent testing laboratory that backfill materials to be placed in the Work meet applicable specification requirements. 01257701 UTILITY BACKFILL MATERIALS 02320 - 3 "" 07/03 i D. Assist the Engineer in obtaining material samples for verification testing at the source or at the production plant. E. Native material requires testing only when questionable material is encountered. .� PART 3 - EXECUTION 3.1 SOURCES A. Use of material encountered in the trench excavations is acceptable, provided applicable specification requirements are satisfied. N excavation material is not acceptable, provide from other approved source. Top 3 feet of excavated material shall be used as topsoil. B. Identify off -site sources for backfill materials at least 21 days ahead of intended use so that the Engineer may obtain samples for verification testing. C. Obtain approval for each material source by the Engineer before delivery is started. If sources previously approved do not produce uniform and satisfactory products, furnish materials from other approved sources. Materials may be subjected to inspection or additional verification testing after delivery. Materials which do not meet the requirements of the specifications will be. rejected. Do not use material which, after approval, has become unsuitable for use due to segregation, mixing with other materials, or by contamination. Once a material is approved by the Engineer,, expense for sampling and testing required to change to a different material will be at the Contractor's expense with no additional cost to the Owner. 3.2 MATERIAL HANDLING A. Establish temporary stockpile locations for practical material handling and control, and verification testing by the Engineer in advance of final placement. Obtain approval from .�, landowner for storage of backfill material on adjacent private property. B. When stockpiling backfill material near the project site, use appropriate covers to eliminate blowing of materials into adjacent areas and prevent runoff containing sediments from, entering the drainage system C. Cement stabilized backfill and lean concrete backfill shall be consolidated upon placement by using concrete vibrators to ensure filling of voids, filling around and under haunches of pipe and filling of spaces between corrugations. Vibration shall not be applied to the utility pipe itself. D. Pea gravel shall be consolidated upon placement by using rodding or pneumatic vibratory ..�, methods. Shovel slicing shall be used as necessary to ensure filling of voids, filling around and under haunches of pipe and filling of spaces between corrugations. E. Topsoil shall be placed to a minimum one -foot thickness in unpaved areas disturbed by trenching, excavation and demolition. 3.3 FIELD QUALITY CONTROL A. Quality Control 1. The Engineer may sample and test backfill at: a. Sources including borrow pits, production plants and Contractor's designated ' off -site stockpiles. b. On -site stockpiles. C. Materials placed in the Work. 01257701 UTILITY BACKFILL MATERIALS 02320 - 4 ^" 07/03 2. The Engineer may resample material at any stage of work or location if changes in characteristics are apparent. B. Production Verification Testing: The Owner's testing laboratory will provide verification testing on backfill materials, as directed by the Engineer. Samples may be taken at the source or at the production plant, as applicable. Contractor shall cooperate with Owner and Engineer in allowing access to materials. END OF SECTION 02320 01257701 UTELITY BACKFII.L MATERIALS 02320 - 5 aw. 07/03 r�• .. SECTION 02510 FORCE MAIN PART 1- GENERAL 1.1 SECTION INCLUDES A. This section of the specifications pertains to ductile iron force main pipe and related items.. 1.2 RELATED SECTIONS A. Drawings and general provisions of the contract, including General Conditions, Special Provisions and other Division 1 specifications apply to this section. B. Section 01330 — Submittal Procedures. C. Section 02240 — Dewatering. D. Section 02260 — Excavation Support and Protection. E. Section 02317 — Excavation and Backfill for Utilities. F. Section 02320 — Utility Backfill Materials. G. Section 02751— Portland Cement Concrete Pavement. 1.3 REFERENCES .., A. ASME B 16.1— Cast Iron Pipe Flanges and Flanged Fittings. B. ASTM A48 — Gray Iron Castings. C. ASTM A307 — Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. D. ASTM A536 — Ductile Iron Castings. E. ASTM A563 — Carbon and Alloy Steel Nuts. F. AWWA C110 — Ductile Iron and Gray Iron Fittings, 3 in. through 48 in., for water and other liquids. G. AWWA Cl 11— Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings. H. AWWA C151— Ductile Iron Pipe, Centrifugally Cast, for Water or other Liquids. I. AWWA C-6W — Installation of Ductile Iron Water Mains and Their Appurtenances. 1.4 SUBMITTALS A. Manufacturer's product data for ductile iron pipe. B. Manufacturer's standard drawings or catalog cuts, except submit both drawings and catalog cuts for push -on, mechanical, and flanged joints. Include information concerning gaskets with submittal for joints and couplings. C. Joint restraint data for manufactured restrained joint materials. D. Certificates of compliance from manufacturers. 1.5 DELIVERY, STORAGE, AND HANDLING A. Delivery and Storage 1. Inspect materials delivered to site for damage. Unload and store with minimum handling. Store materials on site in enclosures or under protective covering. Store rubber gaskets under cover out of direct sunlight. Do not store materials directly on the ground. Keep inside of pipes and fittings free of dirt and debris. 01257701 FORCE MAIN 02510 -1 '""07/03 B. Handling 1. Handle pipe, fittings, valves, hydrants, and other accessories in a manner to ensure delivery to the trench in sound undamaged condition. Take special care to avoid injury to coatings and linings on pipe and fittings; make satisfactory repairs if coatings or linings are damaged. Carry, do not drag, pipe to the trench. Store rubber gaskets that are not to be installed immediately under cover out of direct sunlight. PART 2 - PRODUCTS 2.1 DUCTILE IRON PIPING A. Pipe and Fittings 1. Pipe, except flanged pipe, AWWA C151, Pressure Class 150 minimum, thickness Class 50. Flanged pipe, AWWA C115. Fittings, AWWA C110 or AWWA C153; fittings with push -on joint ends conforming to the same requirements as fittings with mechanical joint ends, except that the bell design shall be modified, as approved, for push -on joint. Fittings shall have pressure rating at least equivalent to that of the pipe. Ends of pipe and fittings shall be suitable for the specified joints. Pipe and fitting shall have asphaltic lining, AWWA C104, minimum 1 mil thickness. The exterior coating shall be in accordance with AWWA C110 or C151 as applicable. B. Joints and Jointing Material 1. Joints: Joints for pipe and fittings shall be push -on joints or mechanical joints unless otherwise indicated. Provide flanged joints where indicated. 2. Push -on Joints: Shape of pipe ends and fitting ends, gaskets, and lubricant for joint assembly, AWWA C111. 3. Flanged Joints: Bolts, nuts, and gaskets for flanged connections as recommended in the Appendix to AWWA C115. Setscrewed flanges shall be of ductile iron, ASTM A536, Grade 65-45-12, and conform to the applicable requirements of ASME B 16.1, Class 250. Setscrews for setscrewed flanges shall be 190,000 psi tensile strength, heat treated and zinc -coated steel. Gasket for setscrewed flanges, in accordance with applicable requirements for mechanical joint gaskets specified in AWWA C111. Design of setscrewed gasket shall provide for confinement and compression of gasket when joint to adjoining flange is made. 4. Mechanical Joints: Dimensional and material requirements for pipe ends, glands, bolts and nuts, and gaskets conforming to AWWA C111. PART 3 - EXECUTION OF" 3.1 . INSTALLATION OF DUCTILE IRON PIPE 0 A. General Requirements for Installation of Pipelines 1. These requirements shall apply to all ductile iron pipe installation. 3.2 TRENCHING A. Perform trenching operations in accordance with Section 02317 — Excavation and Backfill for Utilities. 01257701 FORCE MAIN 02510 - 2 07/03 3.3 PIPE LAYING AND JOINTING Remove fins and buns from pipe and fittings. Before placing in position, clean pipe, fittings, valves, and accessories, and maintain in a clean condition. Provide proper facilities for lowering sections of pipe into trenches. Do not under any circumstances drop or dump pipe, fittings, valves, or any other water line material into trenches. Cut pipe accurately to length established at the site and work into place without springing or forcing. Replace by one of the proper length any pipe or fitting that does not allow sufficient space for proper installation of jointing material. •� Blocking or wedging between bells and spigots will not be permitted. Lay bell -and -spigot pipe with the bell end pointing in the direction of laying. Grade the pipeline in straight lines; avoid the formation of dips and low points. Support pipe at proper elevation and grade. Secure firm, r.. uniform support. Wood support blocking will not be permitted. Lay pipe so that the full length of each section of pipe and each fitting will rest solidly on the pipe bedding; excavate recesses to accommodate bells, joints, and couplings. Provide anchors and supports where necessary for fastening work into place. Make proper provision for expansion and contraction of pipelines. Keep trenches free of water until joints have been properly made. At the end of each workday, close open ends of pipe temporarily with wood blocks or bulkheads. Do not lay pipe when conditions of trench or weather prevent installation. Depth of cover over top of pipe shall not be less than 30 inches, with 36 inches being preferable. A. Connections to Existing Force Mains 1. Make connections to existing force main after approval is obtained and with a minimum interruption of service on the existing line. B. Special Requirements for Installation of Force Main .-- 1. Installation of Ductile Iron Piping Unless otherwise specified, install pipe and fittings in accordance with paragraph 3.3 and with the requirements of AWWA C600 for pipe installation, joint assembly, valve -and -fitting installation, and thrust restraint. a. Jointing: Make push -on joints with the gaskets and lubricant specified for this type joint; assemble in accordance with the applicable requirements of AWWA C600 for joint assembly. Make flanged joints with the gaskets, bolts, and nuts specified for this type joint. Make mechanical joints with the •gaskets, glands, bolts, and nuts specified for this type joint. Assemble in accordance with the applicable requirements of AWWA C 600 for joint assembly and the recommendations of Appendix A to AWWA Cl11. Make flanged joints up tight; avoid undue strain on flanges, fittings, valves, and other accessories. Align bolt holes for each flanged joint. Use full size bolts for the bolt holes; -- use of undersized bolts to make up for misalignment of bolt holes or for any other purpose will not be permitted. Do not allow adjoining flange faces to be out of parallel to such degree that the flanged joint cannot be made watertight .. without overstraining the flange. When flanged pipe or fitting has dimensions that do not allow the making of a proper flanged joint as specified, replace it by one of proper dimensions. b. Pipe Anchorage: Provide concrete thrust blocks as shown on the drawings. 3.4 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. The Owner's Representative can conduct field observations and witness field tests specified in this section. The Contractor shall perform field tests, and provide labor, equipment, and incidentals required for testing. The Contractor shall produce 01257701 FORCE MAIN 02510 - 3 07/03 W evidence, when required, that any item of work has been constructed in accordance with the drawings and specifications. Do not begin testing on any section of a pipeline where concrete thrust blocks have been provided until at least 5 days after placing of the concrete. B. Testing Procedure 1. Test force main in accordance with the following: a. Backfill force main pipe barrels, but leave joints exposed for observation. b. Install pump at Andrews Park Lake, connect discharge of pump to existing force main. Be sure existing force main valves are closed to all directions of flow except from Andrews Park to Miller Park. C. Provide pump of sufficient size to generate 75 psi pressure at the pump when the force main is fully open and flowing. d. Pump water from Andrews Park to Miller Park with 75 psi pressure at the pump. e. Inspect exposed joints in Miller Park for leakage. f. Run test for 4 hours. g. Joints indicating visual evidence of leakage shall be considered as failing the test. h. Repair failing joints until the installation passes the test required herein. C. Alternate Test Procedure 1. The Contractor may propose a hydrostatic test in lieu of the pumped flow test in 3.4.B above. The Contractor shall submit the means proposed for such hydrostatic test and the means for isolating the existing force main from the test section. Hydrostatic testing may not be used without the Owner Representative's approval. Minimum hydrostatic test pressure shall be 75 psi. Maximum hydrostatic test pressure shall not induce more than 90 psi in any new or existing force main pipe at any point affected by the test. Minimum test duration shall be 4 hours and leakage shall not exceed 1.5 gallons of the entire test duration. END OF SECTION 01257701 FORCE MAIN 02510 - 4 pow 07/03 SECTION 02533 ACCEPTANCE TESTING FOR STORM SEWERS PART 1- GENERAL 1.1 SECTION INCLUDES A. Acceptance testing of storm sewers including: 1. Visual inspection of storm sewer pipes. 2. Mandrel testing for flexible wall storm sewer pipes. 3. Leakage testing of storm sewer pipes. 4. Leakage testing of manholes. 5. Video record of storm sewer interior. 1.2 REFERENCES A. ASTM C 924 - Standard Practice for Testing Concrete Pipe Sewer Lines by Low -Pressure Air Test Method. B. ASTM C 1103 — Standard Practice for Joint Acceptance Testing of Installed Precast s., Concrete Pipe Sewer Lines. C. ASTM C 1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. D. ASTM F 1417 - Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low Pressure Air. E. ASTM D 3034 — Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. 1.3 PERFORMANCE REQUIREMENTS �^ A. Leakage testing for both pipe and manhole is required. All flexible wall and semi -rigid wall pipe shall be mandrel tested regardless of location. B. Flexible pipe, including "semi -rigid" pipe, is required to show no more than 5 percent .� deflection. Test pipe no sooner than 30 days after backfilling of a line segment but prior to final acceptance using a standard mandrel to verify that installed pipe is within specified deflection tolerances. MR C. Maximum allowable leakage for Infiltration or Exfiltration. 1. The total exfiltration, as determined by a hydrostatic head test, shall not exceed 50 gallons per inch diameter per mile of pipe per 24 hours at a minimum test head of 2 feet above the crown of the pipe at the upstream manhole or 2 feet above the groundwater elevation, whichever is greater. 2. When pipes are installed more than 2 feet below the groundwater level, an infiltration test shall be used in lieu of the enfiltration test. The total infiltration shall not exceed 50 gallons per inch diameter per mile of pipe per 24 hours. Groundwater elevation must be at least 2 feet above the crown of the pipe at the upstream manhole. 3. Refer to Table 02533-1, Water Test Allowable Leakage, at the end of this section, for measuring leakage in storm sewers. Perform leakage testing to verify that leakage criteria are met. 01257701 ACCEPTANCE TESTING FOR STORM SEWERS 02533 -1 ^� 07f03 ON" 1.4 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Test Plan: Before testing begins and in adequate time to obtain approval through the submittal process, prepare and submit a test plan for approval by Engineer. Include testing procedures, methods, equipment, and tentative schedule. Obtain advance written approval for deviations from the Drawings and Specifications. C. Test Reports: Submit test reports for each test on each segment of storm sewer. 1.5 GRAVITY STORM SEWER QUALITY ASSURANCE A. Repair, correct, and retest manholes or sections of pipe which fail to meet specified requirements when tested. 1.6 SEQUENCING AND SCHEDULING A. Perform testing as work progresses. Schedule testing so that no more than 300 linear feet of installed sewer remains untested at any one time, unless otherwise authorized by the Engineer. B. Coordinate testing schedules with Engineer. Perform testing under observation of Engineer. PART2-PRODUCTS 2.1 DEFLECTION MANDREL A. Mandrel Sizing. The rigid mandrel shall have an outside diameter (O.D.) equal to 95 percent of the inside diameter (I.D.) of the pipe. The inside diameter of the pipe, for the purpose of determining the outside diameter of the mandrel, shall be the average outside diameter minus two minimum wall thicknesses for O.D. controlled pipe and the average �` inside diameter for I.D. controlled pipe. Dimensions shall be per appropriate standard. Statistical or other "tolerance packages" shall not be considered in mandrel sizing. B. Mandrel Design. The rigid mandrel shall be constructed of a metal or a rigid plastic material that can withstand 200 psi without being deformed. The mandrel shall have nine or more "runners" or "legs" as long as the total number of legs is an odd number. The barrel section of the mandrel shall have a length of at least 75 percent of the inside -- diameter of the pipe. The rigid mandrel shall not have adjustable or collapsible legs which would allow a reduction in mandrel diameter during testing. A proving ring shall be provided and used for modifying each size mandrel. ,. C. Proving Ring. Furnish a "proving ring" with each mandrel. Fabricate the ring of 1/2-inch-thick, 3-inch-wide bar steel to a diameter 0.02 inches larger than approved mandrel diameter. D. Contractor shall provide Owner with manufacturer's Inside Diameter Values for all applicable flexible wall pipe. 2.2 EXFILTRATION TEST A. Water Meter: Obtain a transient water meter from the City for use when water for testing will be taken from the City system. Conform to. City requirements for water meter use. 'P" Metered volume will be used to determine charges to Contractor by City for water used. G 01257701 ACCEPTANCE TESTING FOR STORM SEWERS 02533 - 2 07/03 B. Test Equipment: 1. Pipe plugs. 2. Pipe risers where the manhole cone or inlet throat opening is less than 2 feet above highest point in pipe or service lead. 2.3 INFILTRATION TEST A. Test Equipment: .o 1. Calibrated 90 degree V-notch weir. 2. Pipe plugs. 2.4 GROUND WATER DETERMINATION A. Equipment: Pipe probe or small diameter casing for ground water elevation determination. PART 3 - EXECUTION 3.1 PREPARATION A. Provide labor, equipment, tools, test plugs, risers, air compressor, air hose, pressure meters, pipe probe, calibrated weirs, or any other device necessary for proper testing and inspection. B. The selection of test methods and pressures for storm sewers shall be determined based on ground water elevation. Determine ground water elevation using equipment and procedures conforming to Section 02240 - Dewatering. N no ground water control is required for pipe installation, then ground water will not be considered a factor. 3.2 MANDREL TESTING FOR GRAVITY STORM SEWERS A. Perform deflection testing on flexible and semi -rigid pipe to confirm pipe has no more than 5 percent deflection. Mandrel testing shall conform to ASTM D 3034, except that 5% is maximum permissible deflection. Perform testing no sooner than 30 days after backfilling of line segment, but prior to final acceptance testing of the line segment. B. Pull the approved mandrel through sewer sections. Replace any section of storm sewer not passing the mandrel. Mandrel testing is not required for stubs. C. Retest repaired or replaced sewer sections. 3.3 LEAKAGE TESTING FOR GRAVITY STORM SEWERS A. Test Options: 1. Test gravity storm sewer pipes for leakage by either exfiltration or infiltration methods, as appropriate. 2. Test new storm sewer manholes with water. 3. Leakage testing shall be performed after backfilling of a line segment. 4. N no installed piezometer or monitoring well is within 500 feet of the sewer segment, Contractor shall provide a temporary piezometer or monitoring well for this purpose. If no groundwater is encountered during pipe installation, then this requirement will be waived. 01257701 ACCEPTANCE TESTING FOR STORM SEWERS . 02533 - 3 "~ 07/03 0 B. Compensating for Ground Water Pressure: 1. Where ground water exists, install a pipe nipple at the same time storm sewer line is placed. Use a 1/2-inch capped pipe nipple approximately 10 inches long. Make the installation through manhole wall on top of the sewer line where line enters manhole. 2. Immediately before performing line acceptance test, remove cap, clear pipe nipple with air pressure, and connect a clear plastic tube to nipple. Support tube vertically and allow water to rise in the tube. After water stops rising, measure height in feet of .� water over invert of the pipe. Divide this height by 2.3 feet/psi to determine the ground water pressure to be used in line testing. C. Exltration test. 1. Determine ground water elevation. 2. Plug sewer in downstream manhole. 3. Plug incoming pipes in upstream manhole. 4. Install riser pipe in outgoing pipe of upstream manhole. 5. Fill sewer pipe and manhole or pipe riser, if used, with water to a point 2-1/2 feet above highest point in sewer pipe or ground water table, whichever is highest. 6. Allow water to stabilize for one to two hours. Take water level reading to determine drop of water surface, in inches, over a one -hour period, and calculate water loss (1 inch of water in 4 feet diameter manhole equals 8.22 gallons) or measure the quantity of water required to keep water at same level. Loss shall not exceed that calculated from allowable leakage according to Table 02533-1 at the end of this Section. D. Infiltration test: Ground water elevation must be not less than 2.0 feet above highest point of sewer pipe. 1. Determine ground water elevation. 2. Plug incoming pipes in upstream manhole. �., 3. insert calibrated 90 degree V-notch weir in pipe on downstream manhole. 4. Allow water to rise and flow over weir until it stabilizes. 5. Take five readings of accumulated volume over a period of 2 hours and use average for infiltration. The average must not exceed that calculated for 2 hours from allowable leakage according to the Table 02533-1 at the end of this Section. E. Retest: Any section of pipe which fails to meet requirements shall be repaired and retested. 3.4 TEST CRITERIA TABLES A. Ex0tration and Infiltration Water Tests: Refer to Table 02533-1, Water Test Allowable Leakage, at the end of this Section. 3.5 LEAFAGE TESTING FOR MANHOLES A. Perform vacuum test as specified by Cherne Industries, Inc. in accordance with ASTM C 1244. This test applies to all manholes. �.. B. After completion of manhole construction, wall sealing, or rehabilitation, but prior to backfilling, test manholes for water tightness using vacuum testing procedures. C. Plug incoming and outgoing lines with suitably -sized pneumatic or mechanical plugs. Ensure plugs are properly rated for pressures required for test; follow manufacturer's safety and installation recommendations. Place plugs a minimum of 6 inches outside of manhole walls. Brace inverts to prevent lines from being dislodged if lines entering manhole have not been backfilled. 01257701 ACCEPTANCE TESTING FOR STORM SEWERS 02533 - 4 '"'"' 07/03 W D. Vacuum testing. 1. Install vacuum tester head assembly at top access.point of manhole and adjust for proper seal on straight top section of manhole structure. Following manufacturer's instructions and safety precautions, inflate sealing element to the recommended maximum inflation pressure; do not over -inflate. ^^ 2. Evacuate manhole with vacuum pump to 10 inches mercury (Hg), disconnect pump, and monitor vacuum for the time period specified in Table 02533 — 2 at the end of this section. .. 3. If the drop in vacuum exceeds 1 inch Hg over the specified time period, locate leaks, complete repairs necessary to seal manhole and repeat test procedure until satisfactory results are obtained. 4. Repeat test after manhole has been backfilled to grade. 3.6 VIDEO RECORD A. Provide video record of storm sewer interior in VHS video tape format. B. Provide voice narrative on video tape of special observations. C. Label video tape cassette with line designation and station limits covered by that particular cassette. D. Provide titles on tape with line designation, date of exposure, station limits covered, and internal diameter of storm sewer. E. Rate of travel in storm sewer for video tape equipment shall not exceed 40 feet per minute. F. Video taping may be accomplished by either remote control or manned entry, or a combination of the two methods. Q a w go 01257701 ACCEPTANCE TESTING FOR STORM SEWERS 02533 - 5 '"" 07/03 P" Table 02533-1 WATER TEST ALLOWABLE LEAKAGE VOLUME PER INCH OF ALLOWANCE LEAKAGE DIAMETER OF RISER DEPTH IN RISER OR STACK IN INCHES PIPE SIZE IN GALLONS/MINM INCH GALLONS INCHES PER 100 FT. 1 0.7854 .0034 24 0.0158 2 3.1416 .0136 30 0.0197 2.5 4.9087 .0212 36 0.0237 3 7.0686 .0306 42 0.0276 4 12.5664 .0306 48 0.0316 5 19.6350 .0544 60 0.0395 6 28.2743 .1224 72 0.0473 8 50.2655 .2176 78 0.0513 For other diameters, multiply square of diameters by value for Equivalent to 50 gallons per inch of 1" diameter. inside diameter per mile per 24 hours. 01257701 ACCEPTANCE TESTING FOR STORM SEWERS 02533 - 6 07/03 Table 02533 — 2 MINIMUM TEST TIMES FOR VARIOUS MANHOLE DIAMETERS Depth, Feet Diameter, Inches 48 60 1 66 72 Time, Seconds 8 20 26 29 33 10 25 33 36 41 12 30 39 43 49 14 35 46 51 57 16 40 52 58 67 18 45 59 65 73 20 50 65 72 81 22 55 72 79 89 24 59 78 87 97 26 64 85 94 105 28 69 91 101 112 30 74 98 108 121 The values listed above are taken from ASTM Specification C1244-93 "Standard Test Method for Concrete Manholes by the Negative Air Pressure (Vacuum) Test." END OF SECTION 02533 01257701ACCEPTANCE TESTING FOR STORM SEWERS 02533-7 -� 07/03 0 SECTION 02631 STORM SEWERS PART 1-GENERAL 1.1 SECTION INCLUDES A. Storm sewers and appurtenances. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this Section. B. Section 01576 — Waste Material Disposal. C. Section 02082 — Pre -Cast Concrete Manholes and Vaults. D. Section 02300 — Earthwork. E. Section 02231— Tree and Plant Protection. F. Section 02240 — Dewatering. G. Section 02317 — Excavation and Backfill for Utilities. H. Section 02320 — Utility Backfill Materials. I. Section 02533 — Acceptance Testing for Storm Sewers. J. Section 02634 — Corrugated Metal Pipe (Polymer Coated). K. Section 02635 — Centrifugally Cast Fiberglass Pipe. L. Section 02636 — High Density Polyethylene (HDPE) Profile Wall Pipe. M. Section 02638 — Reinforced Concrete Pipe. N. Section 02751— Portland Cement Concrete Pavement. O. Section 02920 — Lawns and Grasses. P. Section 03301— Cast -in -Place Non -Reinforced Concrete Pipe. 1.3 SUBMITTALS .., A. Conform to the requirements of Section 01330 — Submittal Procedures. B. Laying schedule for storm sewer pipe. 1. • Show or list station limits for each type pipe. 2. Permissible pipe materials for the various storm sewers for the project are indicated on the drawings. C. Submittals required for each type pipe are listed in the submittals paragraph for each type pipe in the various pipe specifications sections. 1.4 QUALITY ASSURANCE ""' A. Conform with Section 02533 — Acceptance Testing for Storm Sewers. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Comply with Section 016M — Product Requirements. B. Handle pipe, fittings, and accessories carefully with approved handling devices. Do not .., drop or roll pipe off trucks or trailers. Materials cracked, gouged, chipped, dented, or otherwise damaged shall not be used for installation. *� 01257701 STORM SEWERS 02631-1 07/03 C. Store pipe and fittings on heavy timbers or platforms to avoid contact with the ground. D. Unload pipe, fittings, and appurtenances as close as practical to the location of installation to avoid unnecessary handling. E. Keep interiors of pipe and fittings free of dirt and foreign matter. PART 2 - PRODUCTS 2.1 PIPE A. Piping materials for storm sewers shall be of the sizes and types indicated on the drawings. .., B. Conform with applicable pipe material specification section. 2.2 PIPE MATERIAL SCHEDULE A. Precast Manholes and Vaults — Section 02082. B. Metal Pipe — Suction 02634. C. Fiberglass Pipe — Section 02635. D. High Density Polyethylene Pipe — Section 02636. E. Precast Reinforced Concrete Pipe — Section 02638. F. Cast -in -Place Non -Reinforced Concrete Pipe — Section 03301. 2.3 BEDDING, BACKF LL AND TOPSOIL MATERIAL A. Bedding and Backfill Material: Comply with the following specification sections and the drawings: 1. Section 02317 — Excavation and Backfill for Utilities. 2. Section 02320 — Utility Backfill Materials B. Topsoil: Section 02320 — Utility Backfill Materials. "" PART 3 - EXECUTION 3.1 PREPARATION A. Set up traffic control in preparation for excavation. Conform to requirements of Section 01555 — Barricades, Signs and Traffic Handling and the traffic control plans indicated on the drawings. B. Maintain barricades and warning lights for streets and intersections while work is in progress or where affected by the work and is considered hazardous to traffic movements. C. Set up tree protection in accordance with Section 02231— Tree and Plant Protection. D. Immediately notify the agency or company owning utility lines which are damaged, broken or disturbed. Obtain approval from Engineer and controlling agency for repairs or relocations, either temporary or permanent. E. Remove old pavements and structures including sidewalks and driveways in accordance with requirements of Section 02220 - Demolition. F. Install and operate necessary dewatering and surface water control measures in accordance with Section 02240 - Dewatering. G. Install and maintain storm water pollution prevention measures as indicated on the drawings and comply with Section 01356 — Storm Water Pollution Prevention Plan. 01257701 STORM SEWERS 02631- 2 07/03 3.2 EXCAVATION A. Earthwork. Refer to Section 02317 - Excavation and Backfill for Utilities and as indicated on drawings. B. Line and Grade. Contractor shall establish the line and grade as indicated on drawings. Maintain this control for a minimum of 100 feet behind and ahead of the pipe4aying operation. Use amply sized grade boards. Protect grade boards and location stakes from damage or dislocation. Use of laser beam equipment to establish and maintain proper line and grade of the work is acceptable. C. Trench Excavation. Excavate pipe trenches to a level as indicated on the trench detail drawings. Backfill the excavation with the specified bedding material to the level indicated on the drawings or as specified for the pipe type. Tamp and compact backfill to provide bedding at the indicated grade. Form the bedding foundation to the minimum depth indicated on the drawings or as specified. 3.3 PIPE INSTALLATION .a, A. install in accordance with the drawings and as specified in this Section. Conform with pipe specifications sections listed in paragraph 2.2 as applicable. Where manufacturer's installation recommendations conflict with drawings and specifications, the Engineer shall make the determination on installation requirements. No additional compensation to Contractor will be made for such determinations. B. Install and maintain excavation supports. Conform with Section 02260 — Excavation Support and Protection. C. Install pipe only after excavation is completed, bottom of trench is shaped, bedding material is installed, and trench has been approved by the Engineer. D. Install pipe to the line and grade indicated on Drawings. Place pipe so that it has '^ continuous bearing of barrel on bedding material and is laid. in the trench so the interior surfaces of the pipe follow the grades and alignments indicated. E. Install pipe with the spigot ends toward the direction of flow. F. Form a concentric joint with each section of adjoining pipe to prevent offsets. G. Place and drive home newly laid sections with come -a -long winches to eliminate damage to sections. Use of back hoes or similar powered equipment will not be allowed for placing or joining pipe, unless protective measures are provided and approved in advance by the Engineer. H. Keep interior of pipe clean as installation progresses. Where cleaning after laying the pipe is difficult because of small pipe size, use a suitable swab or drag inside the pipe and pull it forward past each joint immediately after the joint has been completed. I. Keep excavations free of water during construction and until final inspection. J. When work is not in. progress, cover the exposed ends of pipes with a plug specifically designed as pipe plug to prevent foreign material from entering the pipe. 3.4 INSTALLATION OF APPURTENANCES A. Construct manholes to conform to requirements of Section 02082 - Precast Concrete Manholes and Vaults. Install frames, grate rings and covers to conform to requirements of 'Section 02084 - Frames, Grates, Rings and Covers. B. Install inlets and control structures according to the drawings and Section 03300 — Cast -in - Place Concrete. C. Excavate and backfill headwalls, wingwalls, inlets, and control structures in accordance with Section 02300 - Earthwork. 01257701 STORM SEWERS . 02631- 3 07/03 D. Adjust manhole covers to finish grade conforming to requirements of Section 02082 — ,, Precast Concrete Manholes and Vaults. 3.5 TEST A. Conform to requirements of Section 02533 — Acceptance Testing for Storm Sewers. B. Provide video record of interior in accordance with Section 02533 — Acceptance Testing for Storm Sewers. 3.6 BACKFII.L AND SITE CLEANUP '- A. Backfill trench after pipe installation is inspected and approved by the Engineer. B. Bed pipes with materials conforming to requirements of Section 02320 - Utility Backfill Materials and as indicated on drawings. • C. Backfill and compact soil in accordance with Section 02317 - Excavation and Backfill for Utilities. D. Repair and replace removed or damaged pavement and sidewalks as specified in the ,., following applicable sections and shown on the drawings: 1. Unpaved roadway surfaces consisting of flexible base as the surface course: Section 02300 - Earthwork. 2. Flexible base under paved roadway: Section 02300 — Earthwork. 3. Asphalt stabilized base: As directed by Owner. 4. Hot -mix surface or wearing course: As directed by Owner. 5. Concrete pavement, valley gutter, curb and gutter, driveways, and sidewalks: Section 02751— Portland Cement Concrete Pavement. 6. Sealing pavement joints: As directed by Owner. E. In unpaved areas, grade surface as a uniform slope to natural grade as indicated on the drawings. Provide the minimum depth of topsoil of 12 inches, unless otherwise indicated on the drawings or specified to be a greater depth, and seed or sod according to requirements of Section 02920 — Lawns & Grasses. ►�•, F. In paved areas clean street in which storm sewer is placed by rotary broom, or street sweeper, or both as necessary to remove dirt, rock and debris. G. Clean haul streets and other paved areas used during construction by rotary broom, or street sweeper, or both as necessary to remove dirt, rock and debris. H. Street cleaning to take place within 10 calendar days after street repairs are complete. I. Dispose of dirt, rock and debris from cleaning according to Section 01576 — Waste _ Material Disposal. END OF SECTION 01257701 STORM SEWERS 02631- 4 07/03 SECTION 02634 CORRUGATED METAL PIPE (POLYMER COATED) PART 1-GENERAL 1.1 SECTION INCLUDES A. Polymer coated metal pipe (PCMP). 1.2 REFERENCES A. AASHTO M 232 - Zinc Coating (Hot -Dip) on Iron and Steel Hardware. B. AASHTO M 245 - Corrugated Steel Pipe, Polymer Precoated, for Sewers and Drains. C. AASHTO M 246 - Steel Sheet, Metallic -Coated and Polymer Precoated for Corrugated Steel Pipe. D. ASTM B 633 - Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 1.3 RELATED DOCUMENTS A. Section 02317 — Excavation and Backfill for Utilities. B. Section 02320 — Utility Backfill Materials. C. Section 02533 - Acceptance Testing for Storm Sewers. D. Section 02631— Storm Sewers. 1.4 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 - Submittal Procedures. B. Provide sufficient data for the Engineer to properly evaluate the pipe. C. Submit product data and shop drawings with the following information: 1. Design dimensions and details for pipe and fittings indicating alignment, grade, and laying dimensions. " 2. Fabrication details, details of fittings and flanges, details of specials, details of joints and couplers, and proposed welding procedures. 3. Show station numbers for pipe and fittings corresponding to Drawings. 4. Properties and strength of the pipe and pipe design analysis. 5. Instruction on storage, handling, transporting, and installation. 6. Standard Catalog Sheet. D. Holiday test results. 1.5 QUALITY ASSURANCE A. Provide manufacturer's affidavits that pipe was manufactured in compliance with standards referenced in this Section, and that coatings and linings were not applied or allowed to cure in freezing temperatures. B. Test for holidays each third joint of pipe, of whatever diameter or type of pipe, and furnish results to the Engineer. Holidays which exceed the limit specified in AASHTO M 246 shall be cause for rejection of the pipe. 07/03 C. Coil or cut sheets shall be marked as required by AASHTO M 246. Such markings shall remain on the pipe when rolled. PART 2 - PRODUCTS 2.1 PIPE AND FITTINGS -^ A. Corrugated metal pipe will be polymer coated steel as indicated on Drawings and conforming to: Polymer Coated Galvanized Steel AASHTO M 246 Fabrication and Corrugation AASHTO M 245, Type IR, 3/-inch by 3/a- for pipe diameters 24" — 48" inch by 7.5-inch corrugation (equal to Contech Construction Products, Inc. Ultra Flo storm sewer pipe) Fabrication and Corrugation AASHTO M 245, Type IA, 3-inch by 1- for pipe diameters 54" — 78" inch round pipe corrugation (equal to Con - tech Construction Products, Inc. SmoothCor storm sewer pipe) P" .., 1. Reference to gauge of metal is to U.S. Standard Gauge for uncoated sheets. Tables in AASHTO M 246 list thicknesses for coated sheets in inches. 2. The minimum acceptable steel sheet thickness for the outer corrugated shell shall be 0.064 inches (16 gauge). 3. The smooth inner liner shall have a metal thickness not less than 0.052 inches (18 gauge). 4. Both the outer corrugated shell and smooth inner liner shall have a standard 2 oz./sq. foot coating of zinc (1 ozJsq. foot per side) and be precoated 250 µm (10 mils) oneach side with a polymer precoated laminate. 5. The pipe ends shall be reformed in such manner as to seal the outer shell and liner together to protect the ends from damage. The band coupler for connecting pipe ends shall have a minimum of 2 corrugations and be a minimum of 12 inches wide. 6. Any lifting lugs shall also be polymer coated. B. Coupling bands and other hardware for corrugated metal pipe shall conform to requirements of AASHTO M 245 for steel pipe. 1. Field joints for each type of corrugated metal pipe shall maintain pipe alignment during construction and prevent infiltration of side material during the life of the installation. 2. Coupling bands thickness shall meet the requirements of AASHTO M 245, Table 12. 3. Coupling bands shall be made of same base metal and coating (zinc plus polymer) as the pipe. 4. Coupling bands shall lap equally on each of the pipes being connected to form a tightly closed joint after installation. 5. Minimum width of corrugated locking bands shall be as shown below for corrugations which correspond to end circumferential corrugations on pipes being joined: a. 10-1/2 inches wide for 2-2/3-inch x 1/2-inch corrugations. b. 12 inches wide for 3-inch x 1-inch corrugations. 07/03 r", 6. Bolts for coupling bands shall be 1/2-inch diameter minimum Bands 12 inches wide ,.., or less will have a minimum of 2 bolts per end at each connection, and bands greater than 12 inches wide shall have a minimum of 3 bolts at each connection. 7. Galvanized bolts may be hot dip galvanized in accordance with requirements of AASHTO M 232, mechanically galvanized to provide same requirements as AASHTO M 232, or electrogalvanized per ASTM B 633, Type RS. C. Furnish all fittings and specials required for bends, end sections, branches, access manholes, and connections to other fittings. Design fittings and specials in accordance with " Drawings and AASHTO M 245. Fittings and specials are subject to same internal and external loads as straight pipe- D. Push -on joints may be used with prior permission of the Engineer and approval through submittals. All push -on joints shall be equipped with manufacturer's gaskets. E. Corrugated metal pipe shall meet the leakage requirements of Section 02533 — Acceptance Testing for Storm Sewers and shall be equipped with gaskets. �-+ F. Pipe and joints shall be capable of withstanding intermittent internal pressure of 10 pounds per square inch without structural failure. Dripping from joints at 10 psi is permissible. Jets of water discharged at joints shall be considered to be the same as structural failure. 2.2 PIPE FABRICATION A. Steel Pipe: 1. Polymer coated steel pipe shall be full circle pipe conforming to AASHTO M 245, Type IA or IR, as indicated on the Drawings. 2. The plans indicate the location and length for all pipe. For full circle pipe, the diameter and required gages will be shown. 2.3 INSPECTIONS A. The Engineer reserves the right to inspect pipes or witness pipe manufacturing. Such inspection shall in no way relieve the manufacturer of the responsibilities to provide products that comply with the applicable standards and these specifications. B. Manufacturer's Notification: Should the Engineer wish to witness the manufacture of specific pipes, the manufacturer shall provide the Engineer with adequate advance notice ,.. of when and where the production of those specific pipes will take place. The Engineer shall make known to manufacturer of the intent to inspect production. The manufacturer shall then inform the Engineer of the dates planned for production. C. Failure to inspect: Approval of the products or tests is not implied by the Engineer's decision not to inspect the manufacturing, testing, or finished pipes. 2.4 PACKAGING, HANDLING, AND SHIPPING A. Packing, handling, and shipping should be done in accordance with the manufacturer's recommendations. B. No penetrations of the pipe wall for lifting holes will be permitted. .0 07/03 PART 3 - EXECUTION 3.1 PREPARATION A. Damaged polymer coating shall be repaired in accordance with manufacturer's recommendations. B. If, in the sole opinion of the Owner or Engineer, it is determined that repairs will not produce the strength, durability, corrosion resistance, water -tightness, internal pressure containment, and/or lifespan of an undamaged pipe, then the damaged pipe shall be rejected and immediately removed from the project. 3.2 EARTHWORK A. Excavate in accordance with requirements of Section 02317 - Excavation and Backfill for ^^ Utilities, except where tunneling or jacking methods are shown on the Drawings. When pipes are to be laid in a trench, and the trench has been completed and shaped to receive the pipe, the trench shall be of sufficient width to provide free working space for satisfactory bedding and jointing and thorough tamping of backfill and bedding material under and around pipe. B. Bed pipe in accordance with Drawings. When requested by Engineer, fiunish a simple template for each size and shape of pipe for use in checking shaping of bedding. Template shall consist of a thin plate or board cut to match lower half of cross section. C. Where rock in either ledge or boulder form exists below pipe, remove the rock below grade and replace with suitable materials so that a slightly yielding compacted earth cushion a minimum of 12 inches thick is provided below pipe. D. Where soil encountered at established grade is quicksand, muck or similar unstable materials, such unstable soil shall be removed and replaced in accordance with requirements of Section 02317 - Excavation and Backfill for Utilities. E. After metal pipe structure has been completely assembled on proper line and grade and headwalls constructed when required by the drawing details, place selected material as -^ shown on drawings or specified along both sides of the completed structures equally, in uniform layers not exceeding. 6 inches in depth (loose measurement), wetted if required and thoroughly compacted between adjacent structures and between structure and sides of .-. trench, or for a distance each side of structure equal to diameter of pipe. Shovel slice material, or otherwise mechanically work the material, such that all voids under and between corrugations are firmly filled. Backfill material shall be compacted to the same density requirements as specified for adjoining sections of backfill in accordance with specifications. Above three -fourths point of structure, place uniformly on each side of pipe in layers not to exceed 12 inches. F. Only hand operated tamping equipment will be allowed within a zone 2 feet beyond horizontal projection of outside surface of structure for backfilling, until a minimum cover of 12 inches is obtained. Remove and replace damaged pipe. G. Do not permit heavy earth moving equipment to haul over structure until a minimum of 4 feet of permanent or temporary compacted fill has been placed. H. During backfilling, obtain uniform backfill material and uniform compacted density throughout length of structure so that unequal pressure will be avoided. Provide proper ., backfill under structure. 07/03 im" L Prior to adding each new layer of loose backfill material, inspect inside periphery of ,.� structure for local or unequal deformation caused by improper construction methods. Evidence of deformation will be reason for such corrective measures as may be directed by Engineer. J. Install cement -stabilized check dams where indicated on the drawings. 3.3 PIPING INSTALLATION A. Place pipes on prepared foundation starting at outlet end. Join sections firmly together, with side laps or circumferential joints pointing upstream and with longitudinal laps on sides. B. Provide proper equipment for hoisting and lowering sections of pipe into trench without damaging pipe or disturbing prepared foundation and sides of trench. Pipe which is not in alignment or which shows undue settlement after laying, or is damaged, shall be taken up and relaid. 3.4 JOINTING A. Field joints shall maintain pipe alignment during construction and prevent infiltration of side material. B. Coupling bands shall lap equally on pipes being connoted to form a tightly -closed joint. C. Use corrugated locking bands to field join pipes furnished with circumferential corrugations including pipe with helical corrugations having reformed circunferential corrugations on ends. Fit locking bands into a minimum of one full circumferential corrugation of pipe ends being coupled. D. Care shall be exercised in make-up of field joints so that gasket materials are not displaced. E. Once locking band bolts are tightened to manufacturer's requirements, coat all exposed metal surfaces, including bolts and nuts, with an asphaltic paint. This treatment shall not be acceptable for repairing damaged coatings. 3.5 TESTING A. Refer to Section 02533 — Acceptance Testing for Storm Sewers. END OF SECTION 02634 07/03 SECTION 02635 FIBERGLASS PIPE PART 1- GENERAL 1.1 SECTION INCLUDES A. Fiberglass reinforced polymer pipe for storm sewers (FRP). 1.2 REFERENCES A. ASTM D 2412 — Standard Test Method for Determination of External Loading .. Characteristics of Plastic Pipe by Parallel -Plate Loading. B. ASTM D 3262 - Standard Specification for "Fiberglass" (Glass Fiber Reinforced Thermosetting Resin) Sewer Pipe. C. ASTM D 3681 - Method for Determining Chemical Resistance of Reinforced Thermosetting Resin Pipe in Deflected Condition. D. ASTM D 4161 - Specification for "Fiberglass" (Glass -Fiber -Reinforced Thennosetting- Resin) Pipe Joints Using Flexible Elastomeric Seals). E. ASTM F 477 - Standard Specification for Elastomeric Seals (Gaskets) Joining Plastic Pipe. F. AWWA M45 — Fiberglass Pipe Design. 1.3 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. .� B. Provide sufficient data for the Engineer to properly evaluate the pipe. C. Submit product data and shop drawings with the following information: 1. Design dimensions and details for pipe and fittings indicating alignment, grade, and laying dimensions. 2. Fabrication details, details of fittings and flanges, details of specials, and proposed welding procedures. ,- 3. Show station numbers for pipe and fittings corresponding to Drawings. 4. Properties and strength of the pipe and pipe design analysis. 5. Instruction on storage, handling, transporting, and installation. 6. Standard catalog sheet. D. Test Reports: Provide test reports upon request, certifying that the pipe has been tested in accordance with and meets or exceeds minimum requirements of ASTM D 3262 and ASTM D 3681. PART 2 - PRODUCTS A. Resin Systems: The manufacturer shall use only polyester resin systems with a proven history of performance in this particular application. The historical data shall have been collected from applications of a composite material of similar construction and composition as the proposed product. ., 01257701 FIBERGLASS PIPE 02635 - 1 07/03 r" B. Glass Reinforcements: The reinforcing glass fibers used to manufacture the components shall be of highest quality commercial grade E-glass filaments with binder and sizing compatible with impregnating resins. C. Silica Sand: Sand shall be minimum 98% silica with a maximum moisture content of 0.2%. D. Additives: Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic agents and other coloring agents, if used, shall in no way be detrimental to the performance, of the product nor shall they impair visual inspection of the finished products. E. Elastomeric Gaskets: Supply from an approved gasket manufacturer in accordance with ASTM F 477, when no contaminant is identified and suitable for the service intended. Gaskets shall either be affixed to the pipe by means of a suitable adhesive or shall be installed in such a manner so as to prevent the gasket from rolling out of the pre-cut groove in the pipe or sleeve coupling. Hydrocarbon resistant gaskets shall be used where indicated on the drawings and shall be manufactured from nitrile rubber. F. Equal to Hobas Pipe USA, Inc. product or Flowtite product. 2.2 MANUFACTURE AND CONSTRUCTION ,., A. Pipes 1. Furnish pipes in the diameters specified and within the tolerances specified below. 2. For centrifugally cast pipe, manufacture pipe by the centrifugal casting process to result in a dense, nonporous, corrosion -resistant, consistent composite structure to meet the operating conditions as shown on the Drawings. 3. For filament wound pipe, manufacture pipe by the filament winding process to result in a dense, nonporous, corrosion resistant, consistent structure to meet the operating conditions shown on the drawings. 4. Do not use stiffening ribs or rings. B. Joints: Unless otherwise specified, the pipe shall be field connected with fiberglass sleeve �^^ couplings that utilize elastomeric sealing gaskets made of EPDM rubber compound as the sole means to maintain joint watertightness. The joints must meet the performance requirements of ASTM D 4161. Joints at tie-ins, when needed, may utilize fiberglass gasket -sealed closure couplings. C. Fittings: Flanges, elbows, reducers, tees, wyes, laterals. and other fittings shall be capable of withstanding operating conditions when installed. They may be contact molded or manufactured from mitered sections of pipe joined by glass fiber reinforced overlays. D. Manhole Connections: Provide a water stop flange (wall ring) for connection to a cast -in -place manhole base or other structure. 2.3 DW ENSIONS A. Diameters: The actual outside diameter of the pipes shall be in accordance with Table 3 of ASTM D 3262 for gravity sewers. For other. diameters, OD's shall be per manufacturer's literature. B. Lengths: The pipe standard length will be approximately 20 feet. A maximum of 10 percent of the lengths, excluding special order pipes, may be supplied in random lengths. C. Wall Thickness: The minimum wall thickness shall be the stated design thickness. The minimum single point thickness shall not be less than 90 percent of the stated design thickness. D. End Squareness: Pipe ends shall be square to the pipe axis with a maximum tolerance of 1/8". 01257701 FIBERGLASS PIPE fl2635 - 2 07/03 E. Tolerance of Fittings: The tolerance of the angle of an elbow and the angle between the .� main and leg of a wye or tee shall be plus or minus 2 degrees. The tolerance on the laying length of a fitting shall be plus or minus 2 inches. F. Pipe and joints shall be capable of withstanding intermittent internal hydrostatic pressure of 10 psi without structural failure. Drips from the joint at 10 psi are permissible. Jets of water from the joint will be considered the same as structural failure. 2.4 STIFFNESS CLASSES A. Stiffness class of FRP pipe shall satisfy design requirements, but shall not be less than 46 psi, when used in direct bury operation. 2.5 TESTING A. Pipes shall be tested in accordance with ASTM D 3262, as applicable, except that the factory hydrostatic pressure testing is not required. The Engineer has the option of requiring an aboveground sample joint be made and air tested as a check on a typical joint's integrity. Such air test shall not exceed the test pressure given in Section 02533 Acceptance Testing for Storm Sewers. B. Joints: Coupling joints shall be qualified per the tests of Section 7 of ASTM D 4161. C. Stiffness: Minimum pipe stiffness when tested in accordance with ASTM D2412 shall normally be 46 psi. 2.6 INSPECTION A. The Engineer shall be entitled to inspect pipes or witness the pipe manufacturing. Such inspection shall not relieve the manufacturer of the responsibilities to provide products that comply with the applicable standards and these Specifications. B. Manufacturer's Notification: Should the Engineer wish to see specific pipes during any phase of the manufacturing process, the manufacturer must provide the Engineer with adequate advance notice of when and where the production of those pipes will take place. The Engineer shall make known to manufacturer of the intent to inspect production. The manufacturer shall then inform the Engineer of the dates planned for production. C. Failure to Inspect: Should the Engineer elect not to inspect the manufacturing, testing, or finished pipes, it in no way implies approval of products or tests. 2.7 PACKAGING, HANDLING, AND SKIPPING A. Packing, handling, and shipping shall be done in accordance with the manufacturer's recommendations. PART 3 - EXECUTION 3.1 INSTALLATION A. Install pipe and fittings in accordance with project plans and specifications and the manufacturer's requirements. B. The manufacturer must supply a suitable qualified field service representative to be present periodically upon request of the Contractor, during the installation of pipe. 01257701 FIBERGLASS PIPE 02635 - 3 07/03 C. Pipe Bedding: Conform to requirements of Section 02317 - Excavation and Backfill for Utilities. D. Pipe Handling: Use textile slings, other suitable material or forklift. Chains or cables shall not be used. E. Jointing: 1. Clean ends of pipe and coupling components. 2. Check pipe ends and couplings for damage. Correct any damage found. 3. Coupling grooves must be completely free of dirt. 4. Apply joint lubricant to pipe ends and elastomeric seals of coupling. Use only lubricants approved by the pipe manufacturer. 5. Use suitable auxiliary equipment and end protection to push or pull the pipes together. 6. Do not exceed forces recommended by the manufacturer for coupling pipe. If excessive force is required, remove coupling, determine source of problem, and correct it. 7. Join pipes in straight alignment then deflect to required angle. Do not allow the deflection angle to exceed the deflection permitted by the manufacturer. F. Field Tests: 1. Refer to Section 02533 —'Acceptance Testing for Storm Sewers. END OF SECTION 02635 01257701 FIBERGLASS PIPE 02635 - 4 07/03 71 U.: SECTION 02636 HIGH DENSITY POLYETHYLENE (HDPE) PROFILE WALL PIPE PART 1- GENERAL 1.1 SECTION INCLUDES A. High Density Polyethylene (HDPE) pipe for gravity sewers and drains, including fittings. 1.2 REFERENCES A. ASTM D 618 - Practice for Conditioning Plastics and Electrical Insulating Materials for A„ Testing. B. ASTM D 1248 - Specification for Polyethylene Plastics Molding and Extrusion Materials. C. ASTM D 2657 - Standard Practice for Heat Joining Polyolefin Pipe and Fittings. D. ASTM D 3212 - Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. E. ASTM D 3350 - Specification for Polyethylene Plastic Pipe and Fittings Materials. F. ASTM F 477 - Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. G. ASTM F 894 - Specification for Polyethylene Plastic (PE) Large -diameter Profile Wall Sewer and Drain Pipe. H. ASTM F 667 — Specification for Large Diameter Corrugated Polyethylene Tubing and �- Fitting. I. ASTM F 810 — Specification for Smoothwall Polyethylene (PE) Pipe for Use in Drainage and Waste Disposal Systems. .. J. AASHTO M 294 — Standard Specification for Corrugated Polyethylene Pipe, 12 to 36 inch Diameter, except for more stringent crack control requirements as listed in paragraph 1.4 below. 1.3 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit product data and shop drawings with the following information: 1. Design dimensions and details for pipe and fittings indicating alignment, grade, and laying dimensions. 2. Fabrication details, details of fittings and flanges, details of specials, and proposed welding procedures. 3. Show station numbers for pipe and fittings corresponding to Drawings. 4. Properties and strength of the pipe and pipe design analysis. 5. Instruction on storage, handling, transporting, and installation. 6. Standard Catalog Sheet. 1.4 QUALITY CONTROL ®„ A. Provide the manufacturer's certificate of conformance to the Specifications. B. Provide the manufacturer's certificate that the pipe survives an average of 24 (minimum 17) hours at 15 percent of its yield stress without cracking in the Drexel Test �. (ASTM D5397) for annularly+corrugated HDPE. 01257701 HIGH DENSITY POLYETHYLENE (HDPE) 02636 -1 07/03 PROFILE WALL PIPE C. Provide the manufacturer's certificate that the pipe survives an average of 400 hours (300 minimum) at 15 percent of its yield stress without cracking in the Drexel Test (ASTM D5397) for wrapped HDPE- PART 2 - PRODUCTS 2.1 APPROVED AND PREAPPROVED PRODUCTS A. Provide HDPE pipe as follows: Wall Construction Specification Designation Diameter range (inches) Profile Wall AASHTO M294* 24 to 36 *with more stringent crack control this specification B. Furnish profile -wall gravity sewer pipe with bell -and -spigot end construction conforming to ASTM D 3212. Joining will be accomplished with an elastomeric gasket in accordance with the manufacturer's recommendations. Use integral bell -and -spigot gasketed joint designed so that when assembled, the elastomeric gasket, contained in a machined groove on the pipe spigot, is compressed radially in the pipe bell to form a positive seal. Also have joint designed to avoid displacement of the gasket when installed in accordance with the manufacturer's recommendations. C. All HDPE pipe and joints shall be capable of withstanding an intermittent internal hydrostatic pressure of 10 psi without structural failure. Drips from the joint at 10 psi are permissible. Jets of water from the joint will be considered the same as structural failure. 2.2 MATERIALS A. Pipe and Fittings: High density, high molecular weight polyethylene pipe material meeting the requirements of Type III, Class C, Category 5, Grade P34, as defined in ASTM D 1248. Material meeting the requirements of cell classification in accordance with ASTM D 3350 are also suitable for making pipe products under these specifications. B. Other Pipe Materials: Materials other than those specified in Paragraph 2.2A, Pipe and Fittings, may be used as part of the profile construction, e.g., as a core tube to support the shape of the profile during processing, provided that these materials are compatible with �^ the base polyethylene material and are completely encapsulated in the finished product and in no way compromise the performance of the pipe products in the intended use. Examples of suitable material include polyethylene and polypropylene. Quality control specified in — paragraph 1.4 shall apply. C. The pipe shall contain no recycled compound except that generated in the manufacturer's own plant from resin of the same raw material. The pipe shall be homogeneous throughout and free of visible cracks, holes, voids, foreign inclusions, or other defects that may affect the wall integrity. D. Gaskets 1. Use gaskets meeting requirement of ASTM F 477. Use gasket molded into a circular form or extruded to the proper section and then spliced into circular form When no contaminant is identified, use gaskets of a properly cured, high-grade elastomeric compound. The basic polymer shall be natural rubber, synthetic elastomer, or a blend of both. 01257701 HIGH DENSITY POLYETHYLENE (HDPE) 02636 - 2 07/03 PROFILE WALL PIPE E. Lubricant. Use a lubricant for assembly of gasketed joints which has no detrimental effect on the gasket or on the pipe, in accordance with manufacturer's recommendations. 2.3 WORKMANSHIP A. Furnish pipe and fittings that are homogeneous throughout and free from visible cracks, holes, foreign inclusions, or other injurious defects. Provide pipe as uniform as commercially practical in color, opacity, density, and other physical properties. 2A INSPECTIONS A. The Engineer reserves the right to inspect pipes or witness pipe manufacturing. Such inspection shall in no way relieve the manufacturer of the responsibilities to provide products that comply with the applicable standards and these Specifications. B. Manufacturer's Notification: Should the Engineer wish to witness the manufacture of specific pipes, the manufacturer shall provide the Engineer with adequate advance notice of when and where the production of those specific pipes will take place. The Engineer shall make known to manufacturer of the intent to inspect production. The manufacturer shall the inform Engineer of the dates planned for production. C. Failure to Inspect: Should the Engineer elect not to inspect the manufacturing, testing, or finished pipes, it in no way implies approval of products or tests. 2.5 TEST METHODS A. Conditioning. Conditioning of samples prior to and during tests are subject to approval by Owner. When tests are required, condition the specimens in accordance with Procedure A in ASTM D 618 at 73.4 degrees F plus or minus 3.6 degrees F and 50 percent relative humidity plus or minus 5 percent relative humidity for not less than 40 hours prior to test. Conduct tests under the same conditions of temperature and humidity unless otherwise specified. --= B. Flattening. Flatten three specimens of pipe, prepared in accordance with Paragraph 2.5A, in a suitable press until the internal diameter has been reduced to 40 percent of the original inside diameter of the pipe. The rate of loading shall be uniform and at 2-inches per �., minute. The test specimens, when examined under normal light and with the unaided eye, shall show no evidence of splitting, cracking, breaking, or separation of the pipe walls or bracing profiles. C. Joint Tightness. Test for joint tightness in accordance with ASTM D 3212, except replace the shear load transfer bars and supports with 6-inch-wide support blocks that can be either flat or contoured to conform to the pipe's outer contour. D. Purpose of Tests. The flattening and the joint tightness tests are not intended to be routine quality control tests, but rather to qualify pipe to a specified level of performance. 2.6 MARKING A. Mark each standard and random length of pipe in compliance with these Specifications with the following information: 1. Pipe size 2. Pipe class 3. Production code 4. Material designation ,. 01257701 HIGH DENSITY POLYETHYLENE (HDPE) 02636 - 3 07/03 PROFILE WALL PIPE 2.7 PACKAGING, HANDLING, AND SHIPPING A. Packing, handling, and shipping should be done in accordance with the manufacturer's recommendations. PART 3 - EXECUTION 3.1 INSTALLATION A. Conform to requirements of the following Sections: 1. Section 02631— Storm Sewers B. Install pipe in accordance with the Drawings. 3.2 TESTING A. Refer to Section 02533 — Acceptance Testing for Storm Sewers. END OF SECTION 02636 01257701 HIGH DENSITY POLYETHYLENE (HDPE) 02636 - 4 07/03 PROFILE WALL PIPE op" SECTION 02637 POLYVINYL CHLORIDE (PVC) PROFILE WALL PIPE PART1-GENERAL 1.1 SECTION INCLUDES A. Polyvinyl Chloride (PVC) pipe for gravity sewers and drains, including fittings. 1.2 REFERENCES A. ASTM D 1794 — Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (PVC) Compounds. B. ASTM D 2412 — Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading. C. ASTM D 3212 - Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. D. ASTM F 477 - Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. E. ASTM F 949 — Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe with a Smooth Interior and Fittings. 1.3 SUBNMALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit product data and shop drawings with the following information: I. Design dimensions and details for pipe and fittings indicating alignment, grade, and laying dimensions. 2. Fabrication details, details of fittings and flanges, details of specials, and proposed welding procedures. 3. Show station numbers for pipe and fittings corresponding to Drawings. 4. Properties and strength of the pipe and pipe design analysis. 5. Instruction on storage, handling, transporting, and installation. 6. Standard Catalog Sheet. 1.4 QUALITY CONTROL A. Provide the manufacturer's certificate of conformance to the Specifications. B. Provide the manufacturer's certificate that the pipe materials conform to ASTM D 1784, �* cell class 12454B, minimum pipe stiffness of 46 psi. C. Provide manufacturer's certificate of conformance with ASTM D 3212. D. Provide manufacturer's certificate of conformance with ASTM D 2412. 01257701 POLYVINYL CHLORIDE (PVC) PROFILE WALL PIPE 02637 -1 07l03 W" PM 0" PART 2 - PRODUCTS 2.1 APPROVED AND PREAPPROVED PRODUCTS A. Provide PVC pipe as follows: Wall Construction Specification Designation Diameter (inches) Profile Wall ASTM F 949 24 B. Furnish profile -wall gravity sewer pipe with bell -and -spigot end construction conforming to ASTM D 3212. Joining will be accomplished with an elastomeric gasket in accordance with the manufacturer's recommendations. Use integral bell -and -spigot gasketed joint designed so that when assembled, the elastomeric gasket, contained in a machined groove on the pipe spigot, is compressed radially in the pipe bell to form a positive seal. Also have joint designed to avoid displacement of the gasket when installed in accordance with the manufacturer's recommendations. C. All PVC pipe and joints shall be capable of withstanding an intermittent internal hydrostatic pressure of 10 psi without structural failure. Drips from the joint at 10 psi are permissible. Jets of water from the joint will be considered the same as structural failure. 2.2 MATERIALS "^ A. Pipe and Fittings: ASTM D 1784, cell class 12454b. B. The pipe shall contain no recycled compound except that generated in the manufacturer's own plant from resin of the same raw. material. The pipe shall be homogeneous throughout �* and free of visible cracks, holes, voids, foreign inclusions, or other defects that may affect the wall integrity. Conform to rework material paragraphs of ASTM F 949. C. Gaskets .., 1. Use gaskets meeting requirement of ASTM F 477. Use gasket molded into a circular form or extruded to the proper section and then spliced into circular form. Use gaskets of a properly cured, high-grade elastomeric compound. The basic polymer shall be natural rubber, synthetic elastomer, or a blend of both. D. Lubricant. Use a lubricant for assembly of gasketed joints which has no detrimental effect on the gasket or on the pipe, in accordance with manufacturer's recommendations. 2.3 WORKMANSHIP A. Furnish pipe and fittings that are homogeneous throughout and free from visible cracks, holes, foreign inclusions, or other injurious defects. Provide pipe as uniform as commercially practical in color, opacity, density, and other physical properties. P 2.4 INSPECTIONS A. The Engineer reserves the right to inspect pipes or witness pipe manufacturing. Such .� inspection shall in no way relieve the manufacturer of the responsibilities to provide products that comply with the applicable standards and these Specifications. 01257701 POLYVINYL CHLORIDE (PVC) PROFILE WALL PIPE 02637 - 2 07/03 B. Manufacturer's Notification: Should the Engineer wish to witness the manufacture of specific pipes, the manufacturer shall provide the Engineer with adequate advance notice of when and where the production of those specific pipes will take place. The Engineer shall make known to manufacturer of the intent to inspect production. The manufacturer shall the inform Engineer of the dates planned for production. C. Failure to Inspect: Should the Engineer elect not to inspect the manufacturing, testing, or finished pipes, it in no way implies approval of products or tests. 2.5 TEST METHODS A. Conditioning. Conditioning of samples in accordance with ASTM will be permissible. ASTM D 2412 Pipe Stiffness Deflection test procedures shall govern. B. Joint Tightness. Test for joint tightness in accordance with ASTM D 3212. •W 2.6 MARKING A. Mark each standard and random length of pipe in compliance with these Specifications with the following information: 1. Pipe size 2. Pipe class 3. Production code 4. Material designation 2.7 PACKAGING, HANDLING, AND SHIPPING A. Packing, handling, and shipping should be done in accordance with the manufacturer's recommendations. PART 3 - EXECUTION 3.1 INSTALLATION A. Conform to requirements of the following Sections: 1. Section 02631— Storm Sewers B. Install pipe in accordance with the Drawings. 3.2 TESTING A. Refer to Section 02533 - Acceptance Testing for Storm Sewers. woo END OF SECTION 02637 01257701 POLYVINYL CHLORIDE (PVC) PROFILE WALL PIPE 02637 - 3 07/03 -, SECTION 02638 REINFORCED CONCRETE PIPE W" PART 1- GENERAL 1.1 SECTION INCLUDES A. Reinforced concrete pipe for storm sewers. 1.2 REFERENCES A. ASTM C 76 - Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. B. ASTM C 361— Standard Specification for Reinforced Concrete Low Head Pressure Pipe. C. ASTM C 443 - Joints for Circular Concrete Sewer and Culvert Pipe. D. ASTM C 497 - Method of Testing Concrete Pipe, Sections, or Tile. E. ASTM C 655 - Reinforced Concrete D-load Culvert, Storm Drain and Sewer Pipe. F. ASTM C 822 - Standard Definitions and Terms Relating to Concrete Pipe and Related Products. 1.3 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 - Submittal Procedures. B. Submit complete product data for pipe, fittings and gaskets for approval. Indicate conformance to appropriate reference standards. C. Submit certificates by testing laboratory, hired and paid by the manufacturer, that concrete pipe meets applicable standards when tested in accordance with ASTM C 497. PART 2 - PRODUCTS 2.1 REINFORCED CONCRETE PIPE A. Acceptable types and classes of pipe are shown on the drawings. B. Circular reinforced concrete pipe shall conform to requirements of ASTM C 76, where such C76 pipe is required or permissible on the drawings. Lifting holes will not be permitted. Pipe shallhave tongue and groove joints suitable for flexible plastic gasket installation. Provide rubber gasketed joints conforning to ASTM C 361 or ASTM C 443. C. Reinforced concrete D-load pipe shall conform to the requirements of ASTM C 655, where C655 pipe is required on the drawings or permissible. Lifting holes will not be permitted. Provide rubber gasketed joints conforming to ASTM C 361 or ASTM C 443. D. All RCP pipe and joints shall be capable of withstanding an intermittent internal hydrostatic pressure of 10 psi without structural failure. Drips from the joint at 10 psi are permissible. Jets of water from the joint will be considered the same as structural failure. 2.2 JOINT SEALANT A. Rubber Gaskets 1. Furnish rubber gasket conforming to ASTM C 443 for circular reinforced concrete pipe. , 01257701 REINFORCED CONCRETE PIPE 02638 -1 07/03 SM 2.3 MARKING A. The following information shall be clearly marked on each section of pipe: 1. The class or D-load of pipe. 2. The date of manufacture. 3. The name or trademark of the manufacture. 2.4 INSPECTION A. The Engineer shall be entitled to inspect pipes or witness the pipe manufacturing. Such inspection shall not relieve the manufacturer of the responsibilities to provide products that comply with the applicable standards and these specifications. B. Manufacturer's Notification: Should the Engineer wish to see specific pipes during any phase of the manufacturing process, the manufacturer must provide the Engineer with adequate advance notice of when and where the production of those pipes will take place. The Engineer shall make known to manufacturer of the intent to inspect production. The manufacturer shall then inform Engineer of the dates planned for production. C. Failure to Inspect: Should the Engineer elect not to inspect the manufacturing, testing, or finished pipes; it in no way implies approval of products or tests. 2.5 CAUSES FOR REJECTION A. Pipe shall be subject to rejection for failure to conform to any of the specification requirements. Individual sections of pipe may be rejected because of any of the following: 1. Fractures or cracks passing through the shell, except for a single end crack that does not exceed the depth of the joint. 2. Defects that indicate imperfect proportioning, mixing and molding. 3. Surface defects indicating honeycombed or open texture. 4. Damaged ends, where such damage would prevent making a satisfactory joint. 2.6 TRANSPORT A. Pipe shall be protected from shipping tie -down damage through the use of chain guards or through the use of flexible fabric tie -downs and straps. B. Chain wear damage, such as gouging of the pipe surface from chain tie -downs, may subject the pipe to rejection at the Engineer's discretion. PART 3 - EXECUTION 3.1 INSTALLATION PM A. Conform to requirements of the following Sections, as applicable: 1. Section 02448 - Pipe and Casing Augering for Sewers. 2. Section 02631- Storm Sewers. B. Install reinforced concrete pipe in accordance with the Drawings. 01257701 REINFORCED CONCRETE PIPE 02638 - 2 07/03 3.2 TESTING A. Refer to Section 02533 — Acceptance Testing for Storm Sewers. END OF SECTION 02638 01257701 REINFORCED CONCRETE PIPE 02638 - 3 07/03 SECTION 02751 PORTLAND CEMENT CONCRETE PAVEMENT PART 1- GENERAL 1.1 SECTION INCLUDES A. This section includes the following: 1. Concrete pavement. 2. Curb and gutter. 3. Driveways (alleys). 4. Sidewalks. 5. Sidewalk curbs. 6. Flumes. 7. Flume curbs. B. This section applies wherever Contractor has elected to remove, or is required to remove, and replace concrete pavement, curb and gutter, driveway (alleys), and sidewalks as part of. storm sewer installation. Section applies also for repair or replacement of facilities otherwise damaged by Contractor's operations. Section also applies to new construction as �^ indicated on the drawings. 1.2 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specification sections apply to this section. B. Section 02300 — Earthwork. C. Section 03300 — Cast -in -Place Concrete. 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone -or in combination with one or more of blended hydraulic cement, expansive hydraulic cement, fly ash and other pozzolans, ground granulated blast -furnace slag, and silica fume. 1.4 SUBMITTALS A. Submit product data in accordance with Section 01330 — Submittal Procedures. B. Product Data: For each type of manufactured material and product indicated. C. Design Mixes: For each concrete pavement mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. D. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated, based on comprehensive testing of current materials: 1. Cementitious materials and aggregates. 2. Steel reinforcement and reinforcement accessories. 3. Fiber reinforcement. 4. Admixtures. 5. Curing compounds. 01257701 PORTLAND CEMENT CONCRETE PAVEMENT 02751-1 07/03 0 6. Applied finish materials. 7. Bonding agent or adhesive. 8. Joint fillers. E. Shop drawings for reinforcement detailing, fabricating, bending, and placing concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, bent. bar diagrams, materials, steel graces, and arrangement of concrete reinforcement and methods of support 1.5 QUALITY ASSURANCE " A. Installer Qualifications: An experienced installer who has completed pavement work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. *^ B. Manufacturer Qualifications: Manufacturer of ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. 1. Manufacturer must be certified according to the National Ready Mix Concrete .:o Association's Plant Certification Program. C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant and each aggregate from one source. E. ACI Publications: Comply with ACI 301, "Specification for Structural Concrete," unless modified by the requirements of the Contract Documents. Refer to -Section 03300 — Cast - in -Place Concrete for additional codes and standards. F. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixes. 1.6 PROJECT CONDITIONS A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities and emergency services. PART 2 - PRODUCTS 2.1 FORMS A. Form Materials: Plywood, metal, metal -framed plywood, or other approved panel -type materials to provide full -depth, continuous, straight, smooth exposed surfaces. 1. Use flexible or curved forms for curves of a radius 100 feet or less. 2. Forms should be no less than 10 ft. in length. B. Form Release Agent. Commercially formulated form -release agent with a maximum of 350 g/1 volatile organic compounds (VOC's) that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. C. Form Ties: Factory -fabricated, adjustable -length, removable or snap -off metal form ties designed to prevent form deflection and to prevent spalling of concrete upon removal. Provide units that will leave no metal closer than 1-1/2 inches to the plane of the exposed concrete surface. 1. Provide ties that, when removed, will leave holes not larger than 1 inch in diameter in the concrete surface. 01257701 PORTLAND CEMENT CONCRETE PAVEMENT 02751- 2 07/03 2.2 STEEL REINFORCEMENT A. Plain -Steel Welded Wire Fabric: ASTM A 185, fabricated from as -drawn steel wire into flat sheets, shall be 6" x 6" —10 gauge welded wire fabric, or as shown on plans. B. Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed. C. Joint Dowel Bars: Plain steel bars, ASTM A 615/A 615M, Grade 60. Cut bars true to length with ends square and free of burrs. "w D. Tie Bars: ASTM A 615/A 615M, Grade 60, deformed. E. Hook Bolts: ASTM A 307, Grade A, internally and externally threaded. Design hook -bolt joint assembly to hold coupling against pavement form and in position during concreting ' operations, and to permit removal without damage to concrete or hook bolt. F. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcement bars, welded wire fabric, and dowels in place. Manufacture bar supports according to CRSrs "Manual of Standard Practice" from steel wire, plastic, or precast concrete or fiber -reinforced concrete of greater compressive strength than concrete, and as follows: ,. 1. , Equip wire bar supports with sand plates or horizontal runners where base material will not support chair legs. 2. Space reinforcing supports at 5'-0" maximum in any direction. 2.3 CONCRETE MATERIALS A. General: Use the same brand and type of cementitious material from the same manufacturer throughout the Project. B. Portland Cement: ASTM C 150, Type I, II, or III or ASTM G176 IA, IIA, or IIIA for air entrained. 1. Fly Ash: ASTM C 618, Type C. C. Aggregate: ASTM C 33, uniformly graded, from a single source, with coarse aggregate as follows: 1. Class:4M. 2. Maximum Aggregate Size: 1-1/2 inches nominal. 3. Coarse aggregate for Class C or D concrete shall be crushed limestone (Brownwood ,. type or equivalent). Aggregate shall be graded from fine to coarse and shall conform to ASTM C 136. The gradation for aggregate shall meet the following requirements by weight: FINE AGGREGATE COARSE AGGREGATE Sieve Percent Retained Sieve Percent Retained 3/8 inch 0 1-3/4 inch 0 No. 4 0-5 1-1/2 inch 0-5 No. 16 20-55 3/4 inch 30-65 No. 30 45-75 3/8 inch 70-90 No.50 70-90 No.4 95-100 No.100 98-100 Maximum amounts of organic impurities shall conform to ASTM C 40 and ASTM C 87. Maximum amounts of impurities finer than the #200 sieve shall conform to ASTM C 117. Maximum amounts of soft particles shall conform to ASTM C 123. Maximum amounts of friable particles shall conform to ASTM C 142. 01257701 PORTLAND CEMENT CONCRETE PAVEMENT 02751- 3 07/03 0" Stockpiles shall be protected from dusty conditions by drift fences or other methods approved by the Engineer. Stockpiling methods used shall not allow aggregate to roll down the slope as it is added to existing stockpiles. Stockpiles shall be built in layers of uniform thickness. Equipment shall not be permitted to operate over the same lift repeatedly. ... D. Water. ASTM C 94. 2.4 ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water- soluble chloride ions by mass of cement and to be compatible with other admixtures. B. Air -Entraining Admixture: ASTM C 260. Certified by manufacturer to be compatible with other required admixtures. C. Water -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F or Type G. E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. 2.5 FIBER REINFORCEMENT A. Fiber reinforcement may be used in place of wire mesh only if approved by Engineer and Owner. Fiber reinforcement shall not be used in place of reinforcing bars. B. Fiber reinforcement shall be 100% virgin polypropylene, collated, fibrillated fibers; made for use as concrete reinforcement, containing no reprocessed olefin materials, and conforming to ASTM C 1116, Type M. C. Specific gravity - .91 Tensile Strength — 70,000 psi to 100,000 psi Length - 3/a" 2.6 CURING COMPOUND A. Liquid -type membrane -forming curing compound complying with ASTM C 309, Type 1, Class A. Moisture loss not more than 1.0 pounds per square yard when applied at 200 sq. ftJgal. 2.7 RELATED MATERIALS A. Expansion- and Isolation -Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulosic fiber. B. Texture Surface for Ramps 1. Meet requirements of the Texas Accessibility Standards. ONO . 2. Color as selected by Owner. 3. Surface should be non-skid. 4. Durabak with Safti Traxx Detacable Warning System by Cote-L Distribution Company, or approved equal. C. Bonding Agent 1. . Polyvinyl acetate or acrylic base. D. Sand Cusion 1. Clean, manufactured or natural sand with plasticity index of 8 or less. E. Epoxy Adhesive 1. ASTM C 881, two -component material suitable for use on dry or damp surfaces. Provide material type, grade, and class to suit project requirements. Pot 01257701 PORTLAND CEMENT CONCRETE PAVEMENT 02751- 4 07/03 2.8 CONCRETE MD(ES I41, B. C. .. D. Prepare design mixes, proportioned according to ACI 301, for each type and strength of normal -weight concrete determined by either laboratory trial mixes or field experience. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the trial batch method. 1. Do not use Owner's field quality -control testing agency as the independent testing agency. Proportion mixes to provide concrete with the following properties: 1. Maximum Water-Cementitious Materials Ratio: 0.45. Classification 1. The following City of Lubbock classes of concrete shall be used: Class A Curb and gutter, sidewalks, curb ramps, medians, and driveways. Class B Alley returns and alley paving. Class C Valley gutters, fillets, and concrete street pavement. Class D Lubbock Power and Light encasements. Class E Fast setting concrete pavement such as "Fast Track" Concrete Pavement or other special design. E. Mix Design 1. At least 15 days prior to beginning any concrete pavement construction the Contractor shall submit the following to the Engineer for approval: a. Test certificates from an approved commercial testing laboratory on all proposed aggregate. Certificates shall indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate or Sodium Sulfate test (not to exceed 18%). b. A mix design based on water -cement ratio. C. Results of compression tests in conformance with ASTM C 39 and/or flexural tests in conformance with ASTM C 78, made by an approved commercial testing laboratory. Tests shall be made on 6 cylinders and/or 6 beams at curing times appropriate to the class of concrete. 2. The Engineer will approve or reject the mix design and materials based on these submittals. This approval shall be subject to additional testing during construction. Mix designs for various classes of concrete shall conform to the following: Minimum Sacks Maximum Gal Maximum Slump Class Cement per CY Water per Sack Inches A 5.0 6.5 4 B 5.5 5.5 3 C 6.0 6.0 3 D 4.5 6.5 4 E 7.0 5.0 As specified by Concrete batch plant ,., 01257701 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 5 07/03 4*0 F. Strength Requirements 1. The various classes of concrete shall conform to the following strengths in psi as determined by the average of two test cylinders or beams. COMPRESSIVE FLEXURAL Class 3 Day 7 Day 28 Day A - 2100 3000 - B 25500 3000 - - C - 2500 3600 600 (28 day) '^ D - - 2500 - E Unless otherwise specified 500 (16 hr) G. Properties 1. Air Entrainment: 5% +/-1 V2% ASTM C 260. 2. Synthetic Fiber. Use manufacturer's recommended rate, but not less than 1.0 lb/cu.yd. (where applicable). 3. Flyash: 15% by absolute volume of the cement. 2.9 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements and with ASTM C 94. B. Ready -Mixed Concrete: Comply with requirements and with ASTM C 94 and ASTM C 1116 when synthetic fibers are involved. 1. When air temperature is between 85 deg F and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. C. Project -Site Mixing: Comply with requirements and measure, batch, and mix concrete materials and concrete according to ASTM C 94. Mix concrete materials in appropriate drum -type batch machine mixer. 1. For mixers of 1 cu. yd. or smaller capacity, continue mixing at least one and one- half minutes, but not more than five minutes after ingredients are in mixer, before any part of batch is released. 2. For mixers of capacity larger than 1 cu. yd., increase mixing time by 15 seconds for each additional 1 cu. yd. 3. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mix type, mix time, quantity, and amount of water added. PART 3 - EXECUTION 0.. 3.1 PREPARATION A. Proof -roll prepared subbase surface to check for unstable areas and verify need for additional compaction. Proceed with pavement only after nonconforming conditions have been corrected and subgrade is ready to receive pavement. B. Remove loose material from compacted subbase surface immediately before placing concrete. 01257701 PORTLAND CEMENT CONCRETE PAVEMENT 02751- 6 07/03 0 3.2 EDGE FORMS AND SCREED CONSTRUCTION A. Set, brace, and secure edge forms, bulkheads, and intermediate screed guides for pavement to required lines, grades, and elevations. Install forms to allow continuous progress of work and so forms can remain in place at least 24 hours after concrete placement. B. Clean forms after each use and coat with form release agent to ensure separation from concrete without damage. 3.3 STEEL REINFORCEiVIENT A. General: Comply with Concrete Reinforcing Steel Institute's (CRSI) "Manual of Standard Practice" for fabricating reinforcement and with recommendations in CRSTs "Placing Reinforcing Bars" for placing and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond -reducing materials. C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. D. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh, and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. 3.4 JOINTS A. General: Construct isolation, contraction, construction joints and tool edgings true to line with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline, unless otherwise indicated. 1. When joining existing pavement, place transverse joints to align with previously placed joints, unless otherwise indicated. B. Construction Joints: Set construction joints at side and end terminations of pavement and at locations where pavement operations are stopped for more than one-half hour, unless •-• pavement terminates at isolation joints. 1. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of pavement strips, unless otherwise indicated. 2. Provide tie bars at sides of pavement strips where indicated. 3. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Isolation Joints: Form isolation joints of preformed joint -filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, walks, other fixed objects, and where indicated. 1. Extend joint fillers full width and depth of joint. 2. Terminate joint filler less than 1/2 inch or more than I inch below finished'surface if joint sealant is indicated. 3. Place top of joint filler flush with finished concrete surface if joint sealant is not indicated. 4. Furnish joint fillers in one-piece lengths. Where more than one length is required, lace orclip joint -filler sections together. 5. Protect top edge of joint filler during concrete placement with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. 01257701 PORTLAND CEMENT CONCRETE PAVEMENT 02751- 7 07/03 ,W D. Curb and Gutter, Sidewalk Curbs 1. Place 3/a" pre -molded expansion joints at the tangent point of each return at intersections and at intervals not more than 40 feet between the intersections. Joints, to the extent feasible, shall be coincident with sidewalk expansion joints. 2. Locate construction joints of at least I/a" depth at 10 foot intervals. E. Sidewalk 1. Place 3/a" expansion joint material where new construction abuts an existing structure, sidewalk, etc, unless otherwise indicated on the drawings. 2. Place expansion joints at 40 ft. spacing (max). 3. Place weakened plane joints at 5 ft. spacing (max). They shall be 1/a" wide by 3/a" deep- F. Driveways and Pavements 1. Install dowel bars and support assemblies at joints. Dowel bar spacing and size as directed by Engineer. Lubricate or asphalt -coat one-half of dowel length to prevent concrete bonding to one side of joint. 2. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with groover tool to the following radius. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover marks on concrete surfaces. a. Radius: 1/4 inch. b. Bottom Width: 3/8 inch. C. Top Width 3/4 inch d. Depth: 15/8 inch. 3.5 CONCRETE PLACEMENT A. inspection: Before placing concrete, inspect and complete formwork installation, reinforcement steel, and items to be embedded or cast in. B. Remove snow, ice, or frost from subbase surface and reinforcement before placing concrete. Do not place concrete on frozen surfaces. C. Moisten subbase to provide a uniform dampened condition at the time concrete is placed. Do not place concrete around manholes or other structures until they are at the required finish elevation and alignment. D. Comply with requirements and with recommendations in ACI 304R for measuring, mixing, transporting, and placing concrete. E. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. F. Consolidate concrete by mechanical vibrating equipment supplemented by hand -spading, rodding, or tamping. Use equipment and procedures to consolidate concrete according to recommendations in ACI 309R. 1. Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Deep vibrator away from joint assemblies, reinforcement, or side forms. Use only square -faced shovels for hand -spreading and consolidation. Consolidate with care to prevent dislocating reinforcement, dowels, and joint devices. G. Place concrete in two operations; strike off initial pour for entire width of placement and to the required depth below finish surface. Lay welded wire fabric or fabricated bar mats immediately in final position. Place top layer of concrete, strike off, and screed. 1. Remove and replace portions of bottom layer of concrete that have been placed more than 15 minutes without being covered by top layer, or use bonding agent if approved by Engineer. 01257701 PORTLAND CEMENT CONCRETE PAVEMENT 02751- 8 07/03 0-41 ." H. Screed pavement surfaces with a straightedge and strike off. Commence initial floating ,-� using bull floats or darbies to form an open textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading dry -shake surface treatments. I. Curbs and Gutters: When automatic machine placement is used for curb and gutter placement, submit revised mix design and laboratory test results that meet or exceed requirements. Produce curbs and gutters to required cross section, lines, grades; finish, and jointing as specified for formed concrete. N results are not approved, remove and replace with formed concrete. J. When adjoining pavement lanes are placed in separate pours, do not operate equipment on concrete until pavement has attained 85 percent of its 28-day compressive strength. K. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. .� 1. When air temperature has fallen to, or is expected to fall below, 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. ,NA 2. Do not use frozen materials or materials containing ice or snow. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. L. Hot -Weather Placement: Place concrete according to recommendations in ACI 305R and as follows when hot -weather conditions exist: 1. Cool ingredients before mixing to maintain . concrete temperature at time of placement below 90 deg F. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcement steel with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog -spray forms, reinforcement steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.6 CONCRET FMSHING „ A. General: Wetting of concrete surfaces during screeding, initial floating, or finishing operations is prohibited. B. Float Finish: Begin the second floating operation when bleed -water, sheen has disappeared and the concrete surface has stiffened sufficiently to permit operations. Float surface with power -driven floats, or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots, and fill low spots. Refloat surface immediately to uniform granular texture. 1. Burlap Finish: For sidewalks, drag a seamless strip of damp burlap across float - finished concrete, perpendicular to line of traffic, to provide a uniform, gritty texture. 2. Medium -to Fine -Textured Broom Finish: For curb and gutter, draw a soft bristle broom across float -finished concrete surface perpendicular to line of traffic to provide a uniform, fine -line texture. 3. Medium -to -Coarse -Textured Broom Finish: For concrete pavement and driveways galleys), provide a coarse finish by striating float -finished concrete surface 1/16 to 1/8 inch deep with a stiff -bristled broom, perpendicular to line of traffic. ,., 4. Sidewalk Curb: Finishes as shown on the drawings. "ON 01257701 PORTLAND CEMENT CONCRETE PAVEMENT 02751- 9 07/03 3.7 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI306.1 for cold -weather protection and follow recommendations in ACI 305R for hot -weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Begin curing after finishing concrete, but not before free water has disappeared from concrete surface. D. Curing Methods: Cure concrete by moisture curing, moisture -retaining -cover curing, curing compound, or a combination of these as follows: 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. b. Continuous water -fog spray. C. Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. 2. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practicable width, with sides and ends w` lapped at least 12 inches, and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.8 FIELD QUALITY CONTROL A. Testing Agency: Contractor shall sample materials, perform tests, and submit test reports during concrete placement. Sampling and testing for quality control include those specified in this Article. B. Testing Services: Testing shall be performed according to the following requirements: 1. Sampling Fresh Concrete: Representative samples of fresh concrete shall be obtained according to ASTM C 17Z except modified for slump to comply. with ASTM C 94. 2. Slump: ASTM C 143; one test at point of placement for each compressive -strength test, but not less than one test for each day's pour of each type of concrete. Additional tests will be required when concrete consistency changes. 3. Air Content: ASTM C 231, pressure method; one test for each compressive -strength test, but not less than one test for each day's pour of each type of air -entrained concrete. 4. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each set of compressive:strength specimens. 5. Compression Test Specimens: ASTM C 31/C 31M; one set of four standard cylinders for each compressive -strength test, unless otherwise indicated. Cylinders shall be molded and stored for laboratory -cured test specimens unless field -cured test specimens are required. 01257701 PORTLAND CEMENT CONCRETE PAVEMENT 02751-10 07/03 0 6. Compressive -Strength Tests: ASTM C 39; one set for each day's pour of each concrete class exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional 50 cu. yd.. One specimen shall be tested at 7 days and two specimens at 28 days; one specimen shall be retained in reserve for later testing if required. 7. When frequency of testing will provide fewer than five compressive -strength tests for a given class of concrete, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. C. Test results shall be reported in writing to Engineer and Contractor within 24 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing agency, concrete type and class, location of concrete batch in pavement, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. D. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may ,,. be permitted by Engineer but will not be used as the sole basis for approval or rejection. E. Additional Tests: Contractor shall make additional tests of the concrete when test results indicate slump, air entrainment, concrete strengths, or other requirements have not been met, as directed by Engineer. Contractor may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. F. Contractor shall pay for failing tests. G. Questionable Concrete 1. Concrete shall be considered "Questionable Concrete" where any of the following test evaluations occur: a. Individual test strength is below specified strength; or *'^ b. Samples of concrete for acceptance test cylinders or acceptance test beams are not representative of concrete -in -place in the pavement; or C. Insufficient or inadequate concrete curing; or d. Insufficient number of acceptance test cylinders or acceptance test beams for day's concreting were made for testing. 2. Except where core tests will impair the strength of the structure, core test as directed by the Owner shall be made at no cost to the Owner to resolve Questionable Concrete. If core tests fail to demonstrate the test strength required by the contract documents or structural analysis does not confirm the adequacy of the structure, the Owner may, at his discretion, reject the work or require load tests or additional construction. Should structural analysis confirm the adequacy of the pavement, the Owner may, at his discretion, accept the concrete with credit for the full value of the concrete delivered to the site in accordance with the General Conditions. *" 3. The Contractor shall pay allcosts incurred in providing the additional testing or analysis to resolve the acceptability of Questionable Concrete. 4. Core Tests PWR a. Three representative cores shall be taken from each member or area of concrete for each test considered questionable. Location of cores shall be as directed by the Owner to least impair the strength of the pavement. Damaged cores shall be replaced. b. Cores shall be obtained and tested in accordance with ASTM C42 except that if concrete in the structure will be dry under service conditions the cores shall „ be air dried (temperature 60 degrees F. to 80 degrees F., and relative humidity less than 60%) for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be immersed in water for at least 48 hours and tested wet. 01257701 PORTLAND CEMENT CONCRETE PAVEMENT 02751- 11 �" 07103 X" C. Questionable concrete will be considered structurally acceptable if the average of the cores is equal to or greater than 90% of the specified strength and no single core is greater than 500 psi below specified compressive strength (50 psi below specified beam strength). 3.9 REPAIRS AND PROTECTION A. Remove and replace concrete pavement that is broken, damaged, or defective, or does not meet requirements in this Section. B. Drill test cores where directed by Engineer when necessary to determine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory pavement areas with portland cement concrete bonded to pavement with epoxy adhesive. C. Protect concrete from damage. Exclude traffic from pavement for at least 14 days after placement. When construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur. D. Maintain concrete pavement fiee of stains, discoloration, dirt, and other foreign material from construction traffic. Sweep concrete pavement not more than two days before date scheduled for opening section to public traffic. END OF SECTION 02751 01257701 PORTLAND CEMENT CONCRETE PAVEMENT 02751-12 07/03 Am PART 1- GENERAL SECTION 02920 LAWNS AND GRASSES 1.1 SUMMARY A. This section refers to establishment of grasses for park areas damaged or removed by construction activities. All park areas are to be re -sod using approved methods and ,. materials. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section. B. Related Sections include the following: . 1. Division 2 Section 02300 "Earthwork" 2. Division 2 Section 02317 "Excavation and Backfill for Utilities" 3. Division 2 Section 02318 `Borrow" "^+ 4. Division 2 Section 02320 "Utility Backfill Materials" 1.3 DEFINITIONS A. Finish Grade: Elevation of finished surface of planting soil. B. Manufactured Soil: Soil produced off -site by homogeneously blending mineral soils. or sand with stabilized organic soil amendments to produce topsoil or planting soil. C. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. D. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill immediately beneath planting soil. E. Park: areas surrounding playa lakes 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Product Certificates: For soil amendments and fertilizers, signed by product manufacturer. C. Qualification Data: For landscape Installer. D. Planting Schedule: Indicating anticipated planting dates for each type of planting. E. Preconstruction Condition Documentation: Prior to construction in any park or range area, submit video tape or photographic evidence that shows all areas to be disturbed. This will provide the documentation of the "preconstruction" condition of these areas. 1.5 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful park and range grass establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when planting is in progress. 01257701 LAWNS AND GRASSES 02920 -1 07/03 1"M 1.6 DELIVERY, STORAGE, AND HANDLING A. Sod: Harvest, deliver, store, and handle sod according to requirements in TPI's "Specifications for Turfgrass Sod Materials" and "Specifications for Turfgrass Sod Transplanting and Installation" in its "Guideline Specifications to Turfgrass Sodding." 1.7 SCHEDULING A. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial Completion. 1. Sodding: March - September B. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit. r�+ C. When construction activities are completed outside planting periods for seeding or sodding operations, the Contractor shall overseed the areas disturbed by construction activities with annual rye grass as a temporary stabilization measure. The Contractor shall resod areas overseeded with annual rye with approved permanent stabilization grasses as soon as practical during the following planting season. 1.8 PARK MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until an acceptable stand of grass is established, but for not less than the following periods: 1. Sodded Lawns: 30 calender days from date of Substantial Completion. B. Maintain and establish grass by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth surface. C. Watering: Provide and maintain temporary piping, hoses, and lawn -watering equipment to convey water from sources and to keep area uniformly moist to a depth of 4 inches. ,., 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. „-, 2. Water grass at a minimum rate of 1 inch per week. D. Mow grass as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass -leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow grass 1-1/2 inch to 2 inches high. E. Lawn Postfertilization: Apply fertilizer after initial mowing and when grass is dry. I. Use fertilizer that will provide actual nitrogen of at least 1 lb/1000 sq. ft. to lawn area. PART 2 - PRODUCTS 2.1 TURFGRASS SOD A. Turfgrass Sod: Approved, complying with TPI's "Specifications for Turfgrass Sod Materials" in its "Guideline Specifications to Turfgrass Sodding." Furnish viable sod of 01257701 LAWNS AND GRASSES 02920 - 2 07/03 pp, uniform density, color, and texture, strongly rooted, and capable of vigorous growth and development when planted. B. Turfgrass Species: 1. Parks: Bermudagrass (Cynodon dactylon tiff way cultivar) 2.2 TOPSOIL A. Contractor shall use approved topsoil obtained from stripping ahead of construction activities. 2.3 PLANTING ACCESSORIES A. Selective Herbicides: EPA registered and approved, of type recommended by manufacturer for application. 2.4 FERTILIZER A. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water -insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive grasses for compliance with requirements and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. 1. Protect adjacent and adjoining areas from hydroseeding overspray. B. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 3.3 PARK AND RANGE PREPARATION A. Limit subgrade preparation to areas to be planted. B. Subgrade Over Excavated Trench: Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than 1-1/2 inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. 1. Apply superphosphate fertilizer directly to subgrade before loosening. 2. Reduce elevation of planting soil to allow for soil thickness of sod. 01257701 LAWNS AND GRASSES 02920 - 3 07/03 GM C. Adjacent Subgrades: If grasses are to be planted in areas unaltered or undisturbed by excavating, grading, or surface soil stripping operations; but were affected by stockpiling, vehicular traffic or other ancillary activity relating to construction operations, prepare surface soil as follows: 1. Loosen surface soil to a depth of at least of 4 inches. a. Apply superphosphate fertilizer directly to surface soil before loosening. 2. Remove stones larger than 1-1/2 inch in any dimension and sticks, roots, trash, and other extraneous matter. 3. Legally dispose of waste material, including grass, vegetation, and turf, off Owner's property. D. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus 1/2 inch of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can be planted in the immediate future. E. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. F. Restore areas if eroded or otherwise disturbed after finish grading and before planting. 3.4 SODDING OF PARKS A. Lay sod within 48 hours of harvesting. Do not lay sod if dormant or if ground is frozen or muddy. B. Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod; do not stretch or overlap. Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to subgrade or sod during installation. Tamp and roll lightly to ensure contact with subgrade, eliminate air pockets, and form a smooth surface. Work sifted soil or fine sand into minor cracks between pieces of sod; remove excess to avoid smothering sod and adjacent grass. 1. Lay sod across angle of slopes exceeding 1:3. 2. Anchor sod on slopes exceeding 1:6 with wood pegs or staples spaced as recommended by sod manufacturer but not less than 2 anchors per sod stripto prevent slippage. C. Saturate sod with fine water spray within two hours of planting. During first week, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches below sod. 3.5 RENOVATION OF PARKS A. Renovate existing grasses and landscaping damaged by Contractor's operations, such as storage of materials or equipment and movement of vehicles, at Contractor's expense. 1. Reestablish lawn where settlement or washouts occur or where minor regrading is required. B. Remove sod and vegetation from diseased or unsatisfactory lawn areas; do not bury in soil. C. Remove topsoil containing foreign materials resulting from Contractor's operations, including oil drippings, fuel spills, stone, gravel, and other construction materials, and replace with new topsoil. D. Remove weeds before seeding. Where weeds are extensive, apply selective herbicides as required. Do not use pre -emergence herbicides. E. Remove waste and foreign materials, including weeds, soil cores, grass, vegetation, and turf, and legally dispose of them off Owner's property. F. Till stripped, bare, and compacted areas thoroughly to a soil depth of 6 inches. 01257701 LAWNS AND GRASSES 02920 - 4 07/03 G. Apply soil amendments and initial fertilizers required for establishing new lawns and mix thoroughly into top 4 inches of existing soil. Provide new planting soil to fill low spots and meet finish grades. H. Water newly planted areas and keep moist until new grass is established. 3.6 SATISFACTORY PARKS A. Satisfactory Sodded Park: At end of maintenance period, a healthy, well -rooted, even -colored, viable stand of grass has been established, free of weeds, open joints, bare areas, and surface irregularities. B. Reestablish park grasses that do not comply with requirements and continue maintenance until grasses are satisfactory to the Owner. 3.7 CLEANUP AND PROTECTION A. Promptly remove soil and debris created by landscape work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Erect barricades and warning signs as required to protect newly planted areas from traffic. Maintain barricades throughout maintenance period and remove after lawn is established. C. Remove erosion -control measures after grass establishment period. END OF SECTION 02920 r, Lio aft m, 01257701 LAWNS AND GRASSES 02920 - 5 07l03 SECTION 03300 CAST -IN -PLACE CONCRETE PART1-GENERAL 1.1 SUMMARY A. This Section includes, but is not limited to cast -in place concrete, including formwork, reinforcing, mix design, placement procedures, curing, and finishes. .- B. Cast -in -place concrete includes but is not limited to the following: 1. Foundations and footings. 2. Slabs -on -grade. 3. Inlets, headwalls and wingwalls. 4. Cast -in -place manhole bases and manhole riser supports. C. Cast -in -place concrete for pavement, sidewalk, curb and gutter, driveways, alleys, flumes, and flume curbs shall meet the requirements of Section 02751 - Portland Cement Concrete Pavement. D. Cast -in -place concrete for cast -in -place non -reinforced concrete pipe shall meet the requirements of Section 03301- Cast -in -Place Non -reinforced Concrete Pipe. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and Special Provisions, and Division 1 Specification Sections, apply to this Section. 1.3 SUBMITTALS A. General: Submit the following according to Conditions of the Contract and Division 1 Specification Sections. B. Product data for proprietary materials and items, including reinforcement and forming accessories, admixtures, patching compounds, joint systems, curing compounds, dry -shake finish materials, and others if requested by Engineer. C. Shop drawings for reinforcement detailing fabricating, bending, and placing concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, bent bar diagrams, materials, steel grades, and arrangement of concrete reinforcement and methods of support. Include special reinforcing required for openings through concrete structures. D. Laboratory test reports for concrete materials and mix design test. 1.4 QUALITY ASSURANCE A. Codes and Standards: Comply with provisions of the following codes, specifications, and standards, except where more stringent requirements are shown or specified: 1. . American Concrete Institute (ACI) 301, "Specifications for Structural Concrete for Buildings." 2. ACI 318, "Building Code Requirements for Reinforced Concrete." 3. Concrete Reinforcing Steel Institute (CRSI) "Manual of Standard Practice." 01257701 CAST -IN -PLACE CONCRETE 03300 - 1 ."Or 07/03 A" 4. American Concrete Institute (ACT) 305R, "Hot Weather Concreting." 5. American Concrete Institute (ACT) 306R, "Cold Weather Concreting." 6. American Concrete Institute (ACT) 306.1, "Standard Specification for Cold Weather Concreting." 7. American Concrete Institute (ACI) 350R, "Environmental Engineering Concrete Structures." 8. American Concrete Institute (ACI) 117, "Specifications for Tolerances for Concrete Construction and Materials." B. Concrete Testing Service: Engage a testing agency acceptable to Owner to perform material evaluation tests and to design concrete mixes. Agency shall be qualified according to ASTM C 1077 and ASTM E 329 to conduct the testing indicated. '^ 1. Personnel conducting field test shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-1 or an equivalent certification program. C. Materials and installed Work may require testing and retesting at any time during progress of ^+ Work. Tests, including retesting of rejected materials for installed Work, shall be done at Contractor's expense. D. Installer Qualifications: An experienced installer who has completed concrete work similar in -, material, design, and extent to that indicated for this project and whose work has resulted in construction with a record of successful in-service performance. E. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94, "Requirements for Production Facilities and Equipment-" 1. Manufacturer must be certified according to the National Ready Mixed Concrete Association Certification of Ready Mixed Concrete Production Facilities. PART 2 - PRODUCTS 2.1 FORM MATERIALS A. Forms for Exposed Finish Concrete: Plywood panels conforming to PS-1, Grade B-B concrete form panels, Class I or H. Other form materials or liners may be used, provided that the smoothness and appearance of concrete produced will be equivalent to that produced by the ,.., plywood concrete form panels. B. Forms for Unexposed Finish Concrete: Plywood, lumber, metal, earth, or another acceptable material. Provide lumber dressed on at least two edges and one side for tight fit C. Form Release Agent: Provide commercial formulation form release agent with a maximum of 350 g/L volatile organic compounds (VOCs) that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. D. Form Ties: Factory -fabricated, adjustable -length, removable or snap -off metal form ties designed to prevent form deflection and to prevent spalling of concrete upon removal. Provide units that will leave no metal closer than 1-1/2 inches to the plane of the exposed concrete surface. 1. Provide ties that, when removed, will leave holes not larger than 1 inch in diameter in the concrete surface. 01257701 CAST -IN -PLACE CONCRETE 03300 - 2 07/03 0" 2.2 REINFORCING MATERIALS A. Reinforcing Bars: ASTM A 615 Grade 60, deformed. B. Supports for Reinforcement: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. Use wire bar -type supports complying with CRSI specifications. 1. For slabs -on -grade, use supports with sand plates or horizontal runners where base material will not support chair legs. MR 2. For exposed -to -view concrete surfaces where legs of supports are in contact with forms, provide supports with legs that are protected by plastic (CRSI, Class 1) or stainless steel (CRSI, Class 2). 3. Space reinforcing supports at 5'-0" maximum in any direction. 2.3 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. 1. Use one brand of cement throughout Project unless noted otherwise. r^^ B. Fly Ash: ASTM C 618, Type C. C. Normal Weight Aggregates: ASTM C 33, size 57. D. Water. Potable. �., E. Admixtures, General: Provide concrete admixtures that contain not more than 0.1 percent chloride ions. F. Air Entraining Admixture. ASTM C 260, certified by manufacturer to be compatible with other required admixtures. G. Water -Reducing Admixture: ASTM C 494, Type A. H. High -Range Water -Reducing Admixture: ASTM C 494, Type F or Type G. I. Water -Reducing, Accelerating Admixture: ASTM C 494, Type E. J. Water -Reducing, Retarding Admixture: ASTM C 494, Type D. K. Chemical Hardener. Equal to. "Hydrd' integral concrete floor hardening admixture as offered by Specon, Inc., 262 South Washington Avenue, Bergenfield, NV 07621, (201) 385-6470, httpJ/www.speconinc.com. Chemical hardener shall be incorporated where shown on the drawings. 2.4 RELATED MATERIALS A. Dovetail Anchor Slots: Hot -dip galvanized sheet steel, not less than 0.0336 inch thick with bent �* tab anchors. Fill slot with temporary filler or cover face opening to prevent intrusion of concrete or debris. B. Sand Cushion: Clean, manufactured or natural sand with plasticity index of 8 or less. C. Liquid Membrane Forming Curing Compound: Liquid -type membrane -forming curing compound complying with ASTM C 309, Type I, Class A. Moisture loss not more than 1.0 lb/sq.yd. when applied at 200 sq. ft./gal. �., D. Bonding Agent: Polyvinyl acetate or acrylic base. E. Epoxy Adhesive: ASTM C 881, two -component material suitable for use on dry or damp surfaces. Provide material type, grade, and class to suit Project requirements. 2.5 PROPORTIONING AND DESIGNING MIXES A. Prepare design mixes for each type and strength of concrete by either laboratory trial batch or field experience methods as specified in ACI 301. For the trial batch method, use an 01257701 CAST -IN -PLACE CONCRETE 03300 - 3 07/03 Pm independent testing agency acceptable to Engineer for preparing and reporting proposed mix designs. 1. Do not use the same testing agency as Owner for field quality control testing. B. Submit written reports to Engineer of each proposed mix for each class of concrete at least 15 days prior to start of Work. Do not begin concrete production until proposed mix designs have been reviewed by Engineer. C. Water related structures mix design: Provide normal weight concrete with the following properties: 1. 3500 psi, 28-day compressive strength. 2. Type I cement 3. Fly Ash: 15% of total cementitious weight. '-" 4. Minimum slump: 6 inches 5. Maximum slump: 8 inches 6. Maximum water cementitious material ratio:.49 WR 7. Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of 5 to 7 percent, unless otherwise indicated. D. Adjustment to Concrete Mixes: Mix design adjustments may be requested by Contractor when ^^ characteristics of materials, job conditions, weather, test results, or other circumstances warrant, as accepted by Engineer. Laboratory test data for revised mix design and strength results must be submitted to and accepted by Engineer before using in Work. 2.6 ADMIXTURES Poo A. Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in concrete, as required, for placement and workability. B. Use accelerating admixture in concrete slabs placed at ambient temperatures below 50 deg F. C. Use admixtures for water reduction and set accelerating or retarding in strict compliance with manufacturer's directions. D. Use water -reducing admixture in pumped concrete, concrete required to be water tight, and concrete with a water cementitious materials ratio below 0.50. E. Limit water-soluble, chloride ion content in hardened concrete to 0.15 percent by weight of cement. 2.7 CONCRETE M!DMG A. Ready -Mixed Concrete: Comply with requirements of ASTM C 94, and as specified. V"q I. When air temperature is between 85 deg F and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes, and when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.1 GENERAL A. Coordinate the installation of joint materials, vapor retarder, and other related materials with placement of forms and reinforcing steel. Before concrete placement operations begin, the substrate shall be fully prepared. Contractor shall be responsible for verifying that all work which will be embedded is complete and necessary inspections have been performed. Pour stops or bulkheads shall be in place and reinforcement shall be secured in proper location. . , 01257701 CAST -IN -PLACE CONCRETE 03300 - 4 07/03 pow 3.2 FORMS A. General: Design, erect, support, brace, and maintain formwork to support vertical, lateral, static, and dynamic loads that might be applied until concrete structure can support such loads. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation, and position. Maintain formwork construction tolerances and surface irregularities complying with the following ACI 347 limits: I. Provide Class A tolerances for concrete surfaces exposed to view. 2. Provide Class C tolerances for other concrete surfaces. B. Construct forms to sizes, shapes, lines, and dimensions shown and to obtain accurate alignment, location, grades, level, and plumb work in finished structures. Provide for openings, offsets, sinkages, keyways, recesses, moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features required in the Work. Use selected ^° materials to obtain required finishes. Solidly butt joints and provide backup at joints to prevent cement paste from leaking. C. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like for easy removal. D. Provide temporary openings for clean -outs and inspections where interior area of formwork is inaccessible before and during concrete placement. Securely brace temporary openings and set tightly to forms to prevent losing concrete mortar. Locate temporary openings in forms at inconspicuous locations. E. Chamfer exposed corners and edges as indicated, using wood, metal, PVC, or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. F. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses, and chases from trades providing such items. Accurately place and securely support items built into forms. G. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, or other debris just before placing concrete. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. cm 3.3 PLACING REINFORCEMENT A. General: Comply with Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars," for details and methods of reinforcement placement and supports and as specified. 1. Avoiding cutting or puncturing vapor retarder during reinforcement placement and concreting operations. Repair damages before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials that reduce or destroy bond with concrete. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcing by metal chairs, runners, bolsters, spacers, and hangers, as approved by Engineer. 01257701 CAST -IN -PLACE CONCRETE 03300 - 5 07103 D. Place reinforcement to maintain minimum coverages as indicated for concrete protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. E. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. F. Do not weld reinforcing bars unless specifically shown. Where shown on the plans, comply with AWS D1.4. Bars to be welded shall conform to ASTM A706. 3.4 JOINTS A. Construction Joints: Locate and install construction joints so they do not impair strength or appearance of the structure, as acceptable to Engineer. ** B. Provide keyways at least 1-1/2 inches deep in construction joints in walls and slabs and between walls and footings. Bulkheads designed and accepted for this purpose may be used for slabs. r7 C. Place construction joints perpendicular to main reinforcement. Continue reinforcement across construction joints except as indicated otherwise. Do not continue reinforcement through sides of strip placements. D. Use bonding agent on existing concrete surfaces that will be joined with fresh concrete. E. Waterstops: Provide waterstops in construction joints as indicated. Install waterstops to form continuous diaphragm in each joint. Support and protect exposed waterstops during progress of work. Field fabricate joints in waterstops according to manufacturer's printed instructions. F. Isolation Joints in Slabs -on -Grade: Construct isolation joints in slabs -on -grade at points of contact between slabs -on -grade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. G. Contraction (Control) Joints in Slabs -on -Grade: Construct contraction joints in slabs -on -grade to form panels of patterns as shown. 3.5 INSTALLING EMBEDDED ITEMS A. General: Set and build into formwork anchorage devices and other embedded items required for other work that is attached to or supported by cast -in -place concrete. Use setting drawings, diagrams, instructions, and directions provided by suppliers of items to be attached B. Install dovetail anchor slots in concrete structures as indicated on drawings. . C. Forms for Slabs: Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and contours in finished surfaces. Provide and secure units to support screed strips using strike -off templates or compacting -type screeds. 3.6 PREPARING FORM SURFACES A. General: Coat contact surfaces of forms with an approved, nouresidual, low-VOC, form -coating compound before placing reinforcement. B. Do not allow excess form -coating material to accumulate in forms or come into contact with in - place concrete surfaces against which fresh concrete will be placed. Apply according to manufacturer's instructions. 1. Coat steel forms with a nonstaining, rust -preventative material. Rust -stained steel formwork is not acceptable. 01257701 CAST -IN -PLACE CONCRETE 03300 - 6 07/03 3.7 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcing steel, and items to be embedded or cast in. Notify other trades to permit installation of their work. B. General: Comply with ACI 304, "Guide for Measuring, Mixing, Transporting, and Placing Concrete," and as specified. C. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened sufficiently to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete to avoid segregation at its final location. " D. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints. 1. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand - spading, rodding, or tamping. Use equipment and procedures for consolidation of concrete complying with ACI 309. ,.. 2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the machine. Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without ., causing mix to segregate. E. Placing Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation, within limits of construction joints, until completing placement of a panel or section. 1. Consolidate concrete during placement operations so that concrete is thoroughly worked around reinforcement, other embedded items and into comers. 2. Bring slab surfaces to correct level with a straightedge and strike off. Use bull floats or darbies to smooth surface free of humps or hollows. Do not disturb slab surfaces prior to beginning finishing operations. 3. Maintain reinforcing in proper position on chairs during concrete placement. F. Cold -Weather Placement: Comply with provisions of ACI 306 and as follows. Protect concrete A work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. G. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water •• and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 1. Do not use frozen materials or materials containing ice or snow. Do not place concrete ,., on frozen subgrade or on subgrade containing frozen materials. 2. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise accepted in mix designs. H. Hot -Weather Placement: When hot weather conditions exist that would impair quality and strength of concrete, place concrete complying with ACI 305R and as specified. 1. Cool ingredients before mixing to maintain concrete temperature at time of placement to below 90 deg F. Mixing water may be chilled or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 01257701 CAST -IN -PLACE CONCRETE 03300 - 7 oft 07/03 PP" am- 2. Cover reinforcing steel with water -soaked burlap if it becomes too hot, so that steel temperature will not exceed the ambient air temperature immediately before embedding in concrete. 3. Fog spray forms, reinforcing steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without puddles or dry areas. 4. Use water -reducing retarding admixture when required by high temperatures, low humidity, or other adverse placing conditions, as acceptable to Engineer. I. Water may be added to the concrete at the project site, subject to the following conditions: 1. Truck tickets indicate maximum amount of water that can be added without exceeding the maximum specified water/cement ratio. 2. Water is added in a manner to control volume added. 3. Concrete is properly re -mixed after addition of water. 4. Inspector is notified, if concrete placement requires inspection. . 5. Site added water should be done prior to taking concrete samples for testing. 6. Do not add water to concrete after adding high range water -reducing admixtures to mix. 3.8 FINISIiING FORMED SURFACES A. Rough -Formed Finish: Provide a rough -formed finish on formed concrete surfaces not exposed to view in the finished Work or concealed by other construction. This is the concrete surface having texture imparted by form -facing material used, with tie holes and defective areas repaired and patched, and fins and other projections exceeding 1/4 inch in height rubbed down or chipped off. B. Smooth -Formed Finish: Provide a smooth -formed finish on formed concrete surfaces exposed to view or to be covered with a coating material applied directly to concrete, or a covering material applied directly to concrete, such as waterproofing, dampproofmg, veneer plaster, painting, or another similar system. This is an as -cast concrete surface obtained with selected form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch defective areas with fins and other projections completely removed and smoothed. C. Smooth -Rubbed Finish: Provide smooth -rubbed finish on scheduled concrete surfaces that have received smooth -formed finish treatment not later than 1 day after form removal. 1. Moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process. D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike -off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unless otherwise indicated. 3.9 MONOLITHIC SLAB FINISHES A. Float Finish: Apply float finish to monolithic slab surfaces to receive trowel finish and other finishes as specified; slab surfaces to be covered with membrane or elastic waterproofing, membrane or elastic roofing, or sand -bed terrazzo; and where indicated. 1. After screeding, consolidating, and leveling concrete slabs, do not work surface until ready for floating. Begin floating, using float blades or float shoes only, when surface water has disappeared, or when concrete has stiffened sufficiently to permit operation of power -driven floats, or both. Consolidate surface with power -driven floats or by hand - floating if area is small or inaccessible to power units. Finish surfaces to tolerances of 01257701 CAST -IN -PLACE CONCRETE 03300 - 8 """ 07/03 F(F) 18 (floor flatness) and F(L) 15 (floor levelness) measured according to ASTM E 1155 . Cut down high spots and fill low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to a uniform, smooth, granular texture. B. Trowel Finish: Apply a trowel finish to monolithic slab surfaces exposed to view and slab surfaces to be covered with resilient flooring, carpet, ceramic or quarry tile, paint, or another thin film -finish coating system. 1. After floating, begin first trowel -finish operation using a power -driven trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over surface. Consolidate concrete surface by final hand -troweling operation, free of trowel marks, uniform in texture and appearance, and finish surfaces to tolerances of F(F) 20 (floor flatness) and F(L) 17 (floor levelness) measured according to ASTM E 1155 . Grind smooth any surface defects that would telegraph through applied floor covering system. C. Nonslip Broom Finish: Apply a nonslip broom finish to exteriorconcrete platforms, steps, and ramps, and elsewhere as indicated. 1. Immediately after float finishing, slightly roughen concrete surface by brooming with fiber -bristle broom perpendicular to main traffic route. Coordinate required final finish with Engineer before application. 3.10 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures for passage of work by other trades, unless otherwise shown or directed, after work of other trades is in place. Mix, place, and cure concrete as specified to blend with in -place construction. Provide other miscellaneous concrete filling shown or required to complete Work. 3.11 CONCRETE CURING AND PROTECTION A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. In hot, dry, and windy weather protect concrete from rapid moisture loss before and during finishing operations with an evaporation -control material. Apply according to manufacturer's instructions after screeding and bull floating, but before power floating and troweling- B. Start initial curing as soon as free water has disappeared from concrete surface after placing and finishing. C. Curing Methods: Cure concrete by curing compound, and moisture -retaining cover curing. D. Apply curing compound on exposed interior slabs and on exterior slabs, walks, and curbs as follows: 1. Apply curing compound to concrete slabs as soon as final finishing operations are complete (within 2 hours and after surface water sheen has disappeared). Apply ,.., uniformly in continuous operation by power spray or roller according to manufacturer's directions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 2. Use membrane curing compounds that will not affect surfaces to be covered with finish materials applied directly to concrete. 3. Curing compounds shall not be detrimental to dyed or colored concrete. E. Curing Unformed Surfaces: Cure unformed surfaces, including slabs, and other flat surfaces, by applying the appropriate curing method. 01257701 CAST -IN -PLACE CONCRETE 03300 - 9 07103 P. F. Curing Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing by curing compound. 3.12 REMOVING FORMS A. General: Formwork not supporting weight of concrete, such as sides of beams, walls, columns, and similar parts of the work, may be removed after cumulatively curing at not less than 50 deg F for 24 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form -removal operations, and provided curing and protection operations are maintained. 3.13 REUSING FORMS A. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply ®� new form -coating compound as specified for new formwork.. B. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joint to avoid offsets. Do not use patched forms for exposed concrete surfaces except as acceptable to Engineer. 3.14 CONCRETE SURFACE REPAIRS A. Patching Defective Areas: Repair and patch defective areas with cement mortar immediately after removing forms, when acceptable to Engineer. B. Mix dry -pack mortar, consisting of one part portland cement to 2-1/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water as required for handling and placing. 1. Cut out honeycombs, rock pockets, voids over 1/4 inch in any dimension, and holes left by tie rods and bolts down to solid concrete but in no case to a depth less than 1 inch. Make edges of cuts perpendicular to the concrete surface. Thoroughly clean, dampen with water, and brush -coat the area to be patched with bonding agent. Place patching mortar before bonding agent has dried. 2. For surfaces exposed to view, blend white portland cement and standard pordand cement so that, when dry, patching mortar will match surrounding color. Provide test areas at inconspicuous locations to verify mixture and color match before proceeding with n patching. Compact mortar in place and strike -off slightly higher than surrounding surface. C. Repairing Formed Surfaces: Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of Engineer. Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. Flush .� out form tie holes and fill with dry -pack mortar or precast cement cone plugs secured in place with bonding agent. M ' 1. Repair concealed formed surfaces, where possible, containing defects that affect the concrete's durability. If defects cannot be repaired, remove and replace the concrete. 01257701 CAST -IN -PLACE CONCRETE 03300 - 10 07/03 0 D. Repairing Unformed Surfaces: Test unformed surfaces, such as monolithic slabs, for smoothness and verify surface tolerances specified for each surface and finish. Correct low and high areas as specified. Test unformed surfaces sloped to drain for trueness of slope and smoothness by using a template having the required slope. 1. Repair finished unformed surfaces containing defects that affect the concrete's durability. Surface defects include crazing and cracks in excess of 0.01 inch wide or that penetrate to the reinforcement or completely through nonreinforced sections regardless of width, spalling, popouts, honeycombs, rock pockets, and other objectionable conditions. 2. Correct high areas in unformed surfaces by grinding after concrete has cured at least 14 days. If coloration of dyed or colored concrete is too contrasting with surrounding finish, remove and replace. 3. Correct low areas in unformed surfaces during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. Proprietary underlayment compounds may be used when acceptable to Engineer. 4. Repair defective areas, except random cracks and single holes not exceeding 1 inch in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose reinforcing steel with at least 3/4 inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials to provide concrete of same type or class as original concrete. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. E. Repair isolated random cracks and single holes 1 inch or less in diameter by dry -pack method Groove top of cracks and cut out holes to sound concrete and clean of dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding compound. Place dry -pack before bonding agent has dried. Compact dry -pack mixture in place and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. F. Perform structural repairs with prior approval of Engineer for method and procedure, using specified epoxy adhesive and mortar. G. Repair methods not specified above may be used, subject to acceptance of Engineer. 3.15 QUALITY CONTROL TESTING DURING CONSTRUCTION A. Sampling and testing for quality control during concrete placement shall be performed by Contractor as follows: 1. Sampling Fresh Concrete: ASTM C 172, except modified for slump to comply with ASTM C 94. a. Slump: ASTM C 143; one test at point of discharge for each day's pour of each type of concrete; additional tests when concrete consistency seems to have changed: One test for each set of compressive strength cylinders cast. b. Air Content: ASTM C 173, volumetric method for lightweight or normal weight concrete; ASTM C 231, pressure method for normal weight concrete; one for each day's pour of each type of air -entrained concrete. C. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below, when 80 deg F and above, and one test for each set of compressive -strength specimens. One test for each set of compressive strength cylinders cast. 01257701 CAST -IN -PLACE CONCRETE 03300 -11 07/03 d. Compression Test Specimen: ASTM C 31; one set of four standard cylinders for each compressive -strength test, unless otherwise directed. Mold and store cylinders for laboratory -cured test specimens except when field -cured test specimens are required. e. Compressive -Strength Tests: ASTM C 39; one set for each day's pour exceeding A" 5 cu. yd. plus additional sets for each 50 cu. yd. more than the first 25 cu. yd. of each concrete class placed in any one day; one specimen tested at 7 days, two specimens tested at 28 days, and one specimen retained in reserve for later testing if required. 2. When frequency of testing will provide fewer than five strength tests for a given class of concrete, conduct testing from at least five randomly selected batches or from each batch if fewer than five are used. 3. Strength level of concrete will be considered satisfactory if averages of sets of three consecutive strength test results equal or exceed specified compressive strength and no v individual strength test result falls below specified compressive strength by more than 500 psi. B. Test results will be reported in writing to Engineer, ready -mix producer, and Contractor within �.» 24 hours after tests. Reports of compressive strength tests shall contain the Project identification name and number, date of concrete placement, name of concrete testing service, concrete type and class, location of concrete batch in structure, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7-day tests and 28-day tests. C. Additional Tests: The Contractor will make additional tests of in -place concrete when test results indicate specified concrete strengths and other characteristics have not been attained in .� the structure, as directed by Engineer. The Owner may require the Contractor to conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. D. Questionable Concrete 1. Concrete shall be considered "Questionable Concrete" where any of the following test evaluations occur: a. Individual test strength is below specified strength; or b. Samples of concrete for acceptance test cylinders are not representative of concrete in -place in the structure; or C. Insufficient or inadequate concrete curing; or d. Insufficient number of acceptance test cylinders for day's concreting were made for testing. 2. Except where core tests will impair the strength of the structure, core test as directed by the Owner shall be made at no cost to the Owner to resolve Questionable Concrete. If core tests fail to demonstrate the test strength required by the contract documents or structural analysis does not confirm the adequacy of the structure, the Owner may, at his discretion, reject the work or require load tests or additional construction. Should structural analysis confirm the adequacy of the structure, the Owner may, at his discretion, accept the concrete with credit for the full value. of the concrete delivered to the site in accordance with the General Conditions. 3. The Contractor shall pay all costs incurred in providing the additional testing or analysis �» to resolve the acceptability of Questionable Concrete. 01257701 CAST -IN -PLACE CONCRETE 03300 -12 07/03 4. Core Tests .•. a. Three representative cores shall be taken from each member or area of concrete for each test considered questionable. Location of cores shall be as directed by the Owner to least impair the strength of the structure. Damaged cores shall be replaced. b. Cores shall be obtained and tested in accordance with ASTM C42 except that if concrete in the structure will be dry under service conditions the cores shall be air dried (temperature 60 degrees F. to 80 degrees F., and relative humidity less than 60%) for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be immersed in water for at least 48 hours and tested wet. C. Questionable concrete will be considered structurally acceptable if the average of the cores is equal to or greater than 90% of the specified strength and no single core is greater than 500 psi below specified strength. END OF SECTION 03300 01257701 CAST -IN -PLACE CONCRETE 03300 -13 07/03 SECTION 03301 CAST -IN -PLACE NON -REINFORCED CONCRETE PIPE PART 1- GENERAL 1.1 SECTION INCLUDES A. This Section of the Specifications covers cast -in -place non -reinforced concrete pipe placed in trench. 1.2 RELATED SECTIONS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and other Division 1 specification sections apply to this section. B. Related Sections include the following: 1. Section 02082 — Precast Concrete Manholes and Vaults 2. Section 02260 - Excavation Support and Protection. 3. Section 02317 — Excavation & Backfill for Utilities 4. Section 02320 — Utility Backfill Materials 5. Section 02533 — Acceptance Testing for Storm Sewers 6. Section 02638 — Reinforced Concrete Pipe 7. Section 03300 Cast -in -Place Concrete 1.3 AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 31-88 Making and Curing Concrete Test Specimens in the Field ASTM C 33-86 Specification for Concrete Aggregates ASTM C 39-86 Test for Compressive Strength of Cylindrical Concrete Specimens ASTM C 42-87 Obtaining and Testing Drilled Cores and Sawed Beams of Concrete ASTM C 76-88 Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe �. ASTM C 94-89b Specification for Ready -Mixed Concrete ASTM C 109-87 Test for Compressive Strength of Hydraulic Cement Mortars (Using 2 in. ,., or 50 mm Cube Specimens) ASTM C 138-77 Test for Unit Weight, Yield, and Air Content (Gravimetric) of Concrete ASTM C 143-89a Test Method for Slump of Portland Cement Concrete ASTM C 144-87 Specification for Aggregate for Masonry Mortar 01257701 CAST -IN -PLACE NON -REINFORCED CONCRETE PIPE 03301-1 07/03 0 ASTM C 150-86 Specification for Portland Cement ASTM C 171-69 (1986) Specification for Sheet Materials for Curing Concrete ASTM C 172-71 (1977) Sampling Fresh Concrete ASTM C 173-78 Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C 191-77 Test for Time of Setting of Hydraulic Cement by Vicat Needle (Including Tentative Revision) ASTM C 231-89a Test for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C 260-86 Specification for Air Entraining Admixtures for Concrete ASTM C 309-89 Specification for Liquid Membrane -Forming Compounds for Curing Concrete ASTM C 361-89 Specification for Reinforced Concrete Low -Head Pressure Pipe .� ASTM C 403-88 Test for Time of Setting of Concrete Mixtures by Penetration Resistance ASTM C 494-86 Standard Specification for Chemical Admixtures for Concrete ASTM C 595-86 Specification for Blended Hydraulic Cements ASTM C 618-88 Specification for Flyash and Raw of Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete 1.4 QUALITY ASSURANCE A. Codes and Standards: Comply with provisions of the following codes, specifications, and standards, except where more stringent requirements are shown or specified: 1. American Concrete institute (ACI) 301, "Specifications for Structural Concrete for Buildings." 2. ACI 318, 'Building Code Requirements for Reinforced Concrete." . 3. Concrete Reinforcing Steel Institute (CRSI) "Manual of Standard Practice." 4. American Concrete Institute (ACI) 305R, "Hot Weather Concreting." 5. American Concrete Institute (ACI) 306R, "Cold Weather Concreting." 6. American Concrete Institute (ACI) 306.1, "Standard Specification for Cold Weather Concreting." 7. American Concrete Institute (ACI) 350R, 'Environmental Engineering Concrete Structures." 8. American Concrete Institute (ACI) 117, "Specifications for Tolerances for Concrete Construction and Materials." 9. American Concrete Institute (ACI) 346, "Standard Specification for Cast -in -Place Nonreinforced Concrete Pipe." 01257701 CAST -IN -PLACE NON -REINFORCED CONCRETE- PIPE 03301- 2 '""' 07/03 Rm B. Concrete Testing Service: Engage a testing agency acceptable to Owner to perform material evaluation tests and to design concrete nixes. Agency shall be qualified according to ASTM C 1077 and ASTM E 329 to conduct the testing indicated. 1. Personnel conducting field test shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-1 or an equivalent certification program. ' C. Materials and installed work may require testing and retesting at any time during progress of Work. Tests, including retesting of rejected materials for installed Work, shall be done at Contractor's expense. D. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this project and whose work has resulted in construction with a record of successful in-service performance. E. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94, "Requirements for Production Facilities and Equipment." .. 1. Manufacturer must be certified according to the National Ready Mixed Concrete Association Certification of Ready Mixed Concrete Production Facilities. 1.5 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 — Submittal Procedures. B. Submit concrete mix design, including results of compressive test cylinders. .� C. Submit dimensional characteristics. of the pipe. D. Submit procedure for placing the concrete. E. Submit certificates of compliance for cement, fly ash, aggregates, and admixtures. F. Submit curing compound certificate, if curing compound is to be used in lieu of other specified curing methods. PART 2 - PRODUCTS 2.1 EQUIPMENT A. Pipe Making Equipment 1. The pipe shall be constructed with equipment specially designed for constructing cast -in -place concrete pipe. The equipment shall be acceptable to the Engineer, and the Contractor may be required to furnish evidence of successful installations made with the equipment he proposes to use. Equipment not suitable to produce the quality of work required for the pipeline will not be permitted to operate on the job. 2.2 MATERIALS A. Cements: Unless otherwise permitted or required, cement shall be Type I, conforming to the requirements of ASTM C 150 or Types IS or IP, conforming to the requirements of ., ASTM C 595. Different types of these different cements shall not be used interchangeably in the same element or portion of the work. B. Aggregates: The aggregates used for concrete or mortar shall conform to the requirements of ASTM C 33, except that aggregates failing to meet these specifications but which have been shown by special test or actual service to produce concrete of specified strength and adequate durability may be used where authorized by the Engineer. The nominal maximum coarse aggregate size shall be not more than 1/3 of minimum pipe wall thickness nor greater than 1 V2 inch, whichever is least. 01257701 CAST -IN -PLACE NON -REINFORCED CONCRETE PIPE 03301- 3 07/03 V" " C. Water. Water used for making concrete and mortar shall be free from injurious amounts of sift, organic matter, alkali, salts, and other impurities. Water is acceptable if mortar cubes (ASTM C 109) made with that water have strengths equal to at least 90 . percent of companion cubes made with potable water, and if setting of cement paste (ASTM C 191) or of concrete (ASTM C 403) is not adversely affected. D. Admixtures: If pordand cement (ASTM C 150), portland blast furnace slag cement (ASTM C 595), or portland pozzolan cement (ASTM C 595) is used, an air -entraining admixture shall be used in such amount as will produce concrete having an air content of 4 to 6 .N percent by volume of the concrete as discharged from the mixer. Such air -entraining admixture may be interground or blended with the cement as specified in ASTM C 150 or C 595 or may be added to the concrete as an admixture. However, pozzolans or other admixtures as indicated below may be used with or in lieu of the air -entraining admixture with the approval of the Specifier. All admixtures shall conform to the appropriate ASTM specifications indicated below. 1. Air -entraining admixtures — ASTM C 260. 2. Chemical admixtures — ASTM C 494. 3. Fly ash and other pozzolans — ASTM C 618, not to exceed 15 percent of required .. cement content by weight. E. Bonding Mortar: Bonding mortar shall consist of two or more parts of cement to three parts of sand, by bulk volume. Sand shall conform to ASTM C 144. 2.3 TOLERANCES AND PROPERTIES A. Pipe, trench properties and dimensions shall conform to ACI 346. B. Wall Thickness: The minimum wall thickness of cast -in -place pipe at any point shall be 1/12 (one -twelfth) of the nominal internal diameter of the pipe plus % inch, but in no case less than 2 inches. C. Pipe Diameter Tolerances: The internal diameter of the pipe at any point shall not be less than 95 percent of the nominal diameter, and the average of any four measurements of the internal diameter made at 45 degree intervals shall not be less than the nominal diameter. D. Offsets: Offsets at form laps and horizontal edges shall not exceed the limits given in paragraph 3.4. E. Bearing Plate: Bearing plates, boards, or other supports necessary for two=stage ..� construction shall be removed, and any indentations exceeding V2 inch left in the concrete from such plates shall be cleaned, moistened, filled with mortar, troweled, and cured. F. Strength: Unless otherwise designated in the project specifications or on the plans, the low strength of the concrete shall be at least 3000 psi, as determined on the basis of 28 day compressive strength tests. Strengths shall be considered satisfactory if the average of any five consecutive sets of strength tests of the laboratory -cured specimens is equal to or greater than the specified strength, and if not more than 20 percent of the strength tests have values less than the specified strength by more than 200 psi. The pipe represented by unsatisfactory strength tests on cylinders shall be further tested either by coring or by load testing at the Contractor's option. Any pipe failing these tests shall be replaced or repaired at the option of the Engineer, at the Contractor's expense. G. Cement and Water Content: All concrete shall have a water -cement ratio not exceeding 0.53 by weight, including free surface moisture on aggregates. . ►. H. Air Content: All concrete shall contain 4 to 6 percent entrained air. I. Slump: Slump of concrete shall be determined in accordance with ASTM C 143 and shall not exceed 3 inches. 01257701 CAST -IN -PLACE NON -REINFORCED CONCRETE PIPE 03301- 4 07/03 J. Internal Pressure: The completed and cured pipe shall be capable of withstanding an intermittent internal hydrostatic head of 15 feet, as measured from the center line of the pipe, without structural failure. '""' PART 3 - EXECUTION 3.1 EXCAVATION A. The trench shall be excavated to the lines and grades shown on the drawings. The bottom of the trench shall be prepared to provide full, firm, uniform support by undisturbed earth or compacted fill. B. The flow line grade of the finished pipe shall not vary more than 0.10 foot from the grade shown on the drawings between adjacent manholes. 3.2 PLACEMENT A. Placing Concrete: All surfaces against which concrete is to be placed shall be free from standing water, mud, and debris, and shall be firm enough to prevent contamination of the concrete by earth or other foreign material. Absorptive surfaces against which concrete is to be placed shall be moistened thoroughly so that the moisture will not be drawn from the JF% freshly -placed concrete. B. The fresh concrete shall be consolidated effectively at production speeds, over the entire circumference and from within the pipe shell. Consolidation methods shall be capable of *" building up sufficient pressure to bond the concrete effectively to the surrounding earth Evidence of this pressure shall always be visible as the pipe is being extruded. C. The cast -in -place concrete pipe shall be constructed in one placement with aluminum -- forms. The concrete shall be placed around the full circumference of the pipe, with the invert of the pipe available for inspection at all times during the pouring operation. D. The temperature of concrete when it is being placed shall not be (1) more than 90 degrees ,., F, (2) less than 40 degrees in moderate weather, nor (3) less than 50 degrees when the mean daily temperature in the vicinity of the work site falls below 40 degrees. Whenever the mean daily temperature in the vicinity of the work site falls below 40 degrees F for more than one day, the concrete shall be maintained at a temperature not lower than 50 degrees for at least 72 hours of protection at 50 degrees F. Where artificial heat is employed, special care shall be taken to prevent the concrete from drying. If concrete is placed when the weather is such that the temperature of the concrete would exceed 90 degrees F, the Contractor shall employ effective means — such as precooling of aggregates and mixing water or placing at night — as necessary to maintain the temperature of the concrete, as it is placed, below 90 degrees F. 3.3 CONSTRUCTION JOINTS A. Construction joints may be formed by either of the two following methods: 1. The joint shall be formed at about 15 degrees from the vertical. After cleaning, wetting, and freeing all such joints of all laitance, loose or defective concrete, coatings and foreign material shall be removed to assure a good bond. . 2. After squaring off the end of the pipe, an excavation shall be performed along the sides and bottom of the joint of such size as to permit the placing of a concrete collar around the outside of the joint. This collar shall have a minimum thickness at the joint of 1 1/2 times the wall thickness of the pipe and shall lap the joint by at least VW 01257701 CAST -IN -PLACE NON -REINFORCED CONCRETE PIPE 03301- 5 07/03 .R. 2 times the wall thickness, but not less than 24 inches (i.e., minimum 48-inch collar length depending on joint slope). 3. Concrete epoxy bonding agents shall be used when, in the opinion of the Engineer, the epoxy is needed to form an acceptable bond between the collar and the joint. 3.4 FINISH A. Except for the form offsets, the interior surface of the pipe shall be equivalent to or better than a wood float finish. B. Variations in the internal diameter shall not exceed 1/32 inch per diameter inch. (Example: for 24 inch pipe, 1/32 x 24 inches = 3/s inch variation). Offsets at form laps and horizontal edges shall not exceed the limits specified in the following table: Pive Diameter Maximum Offset 24" 3/8" 27" 3/8" 30" 3/8" 36" 1/2" 42" 1/2" 48" 5/8" 54" 5/8" 0-4 60" 5/89' 66" 518" 7T' 3/4" 78" 3/4" C. All extraneous concrete shall be removed from the interior surface as soon as possible after placing. Any additional finish work or repair work required to be done on the pipe shall be completed within 5 days after the pipe is placed. D. The finished surface of the concrete pipe shall be substantially free of fractures, cracks, and interior surface roughness. If obvious segregation or honeycombing, or inadequate wall thickness, are encountered during inspection, the pipe may be rejected by the Engineer. E. Shrinkage cracks shall be filled with non -shrink grout. 3.5 CURING A. Immediately after finishing exposed exterior surfaces, the curing of these surfaces shall be undertaken by any one or a combination of the following methods: 1. Pigmented sealing compound, blanketing, cotton mat, polyethylene film or spraying methods as specified in ASTM C 309 and ASTM C 171. 2. A 3-inch layer of moist earth may be backfilled over the pipe. However, care must Poo be taken to avoid damage to the fresh concrete while placing the backfill. The thickness of the backfill shall be increased to 6 inches after initial set of the concrete has occurred. This backfill shall be kept moist for not less than 7 days, or until pipe is covered with 12 inches of soil, whichever is greater. 01257701 CAST -IN -PLACE NON -REINFORCED CONCRETE PIPE 03301- 6 �""' 07/03 0 B. The exposed top portion of the pipe may be covered with wet burlap or other material of high moisture retentive properties immediately after the pipe is cast. The covering material shall be kept continuously moist until the placement of final backfill as described under Section A. Moisture retentive material may be removed or left in place at the option of the Contractor. C. A pigmented membrane -curing compound conforming to ASTM C 309 may be applied to the exposed top surface immediately after the pi is cast. The compound shall be applied at the rate of not less than 1 gal. for each 150 ft' f exposed concrete. The pipe shall then be covered with a minimum of 3 inches of moist loose soil when the curing compound is sufficiently hard to resist damage from the fill. Final backfill shall be placed as soon as the pipe attains suitable strength. D. Polyethylene film complying with ASTM C 171, nominal thickness 0.0015 inches may be placed on the exposed top surface of the pipe immediately after the pipe is cast. The film shall be anchored in place with loose soil to assure continuous, adequate curing. The trench shall be completely backfilled as soon as the pipe attains suitable strength. E. A humid atmosphere within the pipe as evidenced by condensation on the interior surface shall be maintained for at least 7 days following placement except for a maximum period of 48 hours allowed for removing forms and making repairs. To prevent air drafts which may dry the pipe and to maintain a humid atmosphere inside the pipe, all openings into the pipeline shall be kept closed or covered except when and where work is actually in progress on the inside of the pipe. If necessary to promote high humidity, the pipeline shall W-7 be partially filled with ponded water during the curing period. 3.6 TESTING A. Secure at least one sample in accordance with ASTM C 172 for each 50 cubic yards of concrete used, but not less than one sample for each day's work, nor less than one sample for each section of pipe placed in a continuous operation. B. Mold and cure two cylinders from each sample in accordance with ASTM C 31. C. Test the two specimens at 28 days of curing in accordance with ASTM C 39. The 28-day test result shall be the average of the strength of the two specimens, except that if one specimen in a test manifests evidence of improper sampling, molding, or testing, it shall be discarded and the strength of the remaining specimen used. D. Determine slump and air content of concrete in accordance with ASTM Test Methods C 143 (slump) and C 231, C 173, C 138 (air content). Tests shall be performed no less frequently than the sampling frequency required by that said in paragraph 3.6.A. E. If the load carrying capability of the pipe is in question, the Engineer may require load testing in accordance with ACI-346. Such test shall be at the expense of the Contractor. F. Thickness Test - The Contractor shall measure the thickness of the pipe at least every 200 lineal ft. with individual measurements staggered at points designated by the Engineer. Where thickness is not determined by probes through the fresh concrete, small holes shall be drilled for the purpose. The Contractor shall patch all core holes in a manner that will be permanent and will not leak. Furnish the Engineer with logs of thickness measurements. .. G. Hydrostatic Test: In sections of the storm sewer marked "watertight" in the drawings, hydrostatic tests shall be performed in accordance with ACI 346. The test shall be made at any time after the concrete has been allowed to harden for 28 days, or earlier if mutually agreed upon. The pipeline shall be filled with water to the head specified in Section 02533, "Acceptance Testing for Storm Sewers" and kept filled at least 48 hours. The line may be filled in one length or between structures or bulkheads. If leaks are evident, the line shall be drained and the leaks repaired by, and at the expense of, the Contractor. Thereafter, with the line filled and under the specified head, there shall be a test for a minimum of 4 hours 01257701 CAST -IN -PLACE NON -REINFORCED CONCRETE PIPE 03301- 7 07/03 during which loss of water from the section under test shall be measured. Water less than Yr F in temperature shall not be used for this test. During the test period, the exfiltration rate shall not exceed 1000 gallons per inch of diameter per mile per 24 hours. If the line fails the hydrostatic test, the Contractor shall drain the line, repair imperfections as necessary to provide continuity in structural and hydraulic integrity and retest the line as described above. 3.7 BACKFILL A. Refer to Section 02317 — Excavation and Backfill for Utilities and Section 02320 — Utility Backfill. Materials. B. Depth of backfill over the top of cast -in -place concrete pipe shall not exceed 6 inches until the pipe has been in place at least 24 hours. Loose backfill may then be completed after the pipe has been in place 24 hours. The backfill shall be materially free of clods or rocks having a diameter greater than 2 inches, roots, or other deleterious foreign material. Until the height of the backfill exceeds 3 feet, machine -placed backfill shall not be allowed to "free -fall" more than three feet. The Contractor will be responsible for any damage to the pipe caused by backfilling operations. Light traffic (axle loads less than 6,000 pounds) may be routed over the pipe 48 hours after the pipe has been in place. Unrestricted traffic may be permitted over the pipe after the pipe has been in place at least 72 hours. Where backfill is to be applied mechanically, concrete strength shall reach 2,000 psi before compacting. MAXIMUM SAFE DEPTHS OF BACKFILL Maximum Safe Backfill Depth to Top of Pipe ft. Pipe Size (in.) Safe Load lbf (lbf/lin ft) Sand and Gravel W = 120 Ku = 0.165 24 5800 No limit 30 7200 No limit 36 8500 No limit 42 9800 No limit 48 11000 No limit 54 12200 No limit 60 13300 47 66 14300 30 72 15500 31 1--78 17000 24 END OF SECTION 03301 01257701 CAST -IN -PLACE NON REINFORCED CONCRETE PIPE 03301- 8 """ 07/03 oft SPECIAL PROVISIONS MILLER PARK DRAINAGE IMPROVEMENTS a*� SPECIAL PROVISIONS MILLER PARK DRAINAGE MIPROVEMENTS .� ITB # XXX-XX PROJECT NO.905-99019 SP-1. CONTRACTOR'S LAYOUT OF WORK Add the following to paragraph 10, Layout, of the General Conditions of the Agreement: "The Contractor's responsibility for laying out all work shall include, but not be limited to, surveying services and equipment as needed for horizontal and vertical location and control of the work." SP-2. LINES AND GRADES Add the following to pargraph 13, Lines and Grades, of the General Conditions of the Agreement: "Lines and grades are indicated in the drawings for the Contractor's layout of the work, therefore the Owner's Representative has furnished lines and grades to the Contractor." SP-3. SUPERINTENDENCE AND INSPECTION Add the following to paragraph 15, Superintendence and Inspection, of the General Conditions of the Agreement: Furthermore, the Owner's Representative may, at his discretion and at any time, also appoint contracted individuals and business entities to serve in the capacity of subordinate engineers, supervisors or inspectors. Such contracted subordinate inspectors are defined as Resident Project Representatives (RPR). For the purpose of this paragraph, ENGINEER is defined as a contracted licensed engineer, or engineering firm, subordinate to Owner's Representative. RPR is the ENGINEER'S agent during construction, will act as directed by and under the *-• supervision of ENGINEER, and will confer with ENGINEER regarding RPR's actions. RPR's dealings in matters pertaining to the on -site work shall in general be with ENGINEER and CONTRACTOR keeping OWNER'S REPRESENTATIVE advised as necessary. RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of CONTRACTOR. RPR shall generally communicate with OWNER'S REPRESENTATIVE with the knowledge of and under the direction of ENGINEER. SP-3.1 Liaison: Serve as ENGINEER' liaison with CONTRACTOR, working principally through CONTRACTORSs superintendent and assist in understanding the intent of the Contract Documents, and assist ENGINEER in serving as OWNER's liaison with CONTRACTOR when CONTRACTORSs operations affect OWNER's on -site operations. Assist in obtaining from OWNER additional details or information, when required for proper execution of the Work. 01257701 SPECIAL PROVISIONS SP - 1 MR 07/03 MM SP-3.2 Shop Drawings and Samples: Receive samples which are furnished at the site by CONTRACTOR, and notify ENGINEER of availability of samples for examination. Advise ENGINEER and CONTRACTOR of the commencement of any Work requiring a Shop Drawing or sample if the submittal has not been approved by the ENGINEER. SP-3.3 Review of Work, Rejection of Defective Work, Inspections and Tests: Conduct on -site observations of the Work in progress to assist ENGINEER in determining if the Work is in general proceeding in accordance with the Contract Documents. Report to ENGINEER whenever RPR believes that any Work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise ENGINEER of Work that RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. Verify that tests, equipment and systems startups and operating and maintenance training are conducted in the presence of appropriate personnel, and that CONTRACTOR maintains adequate records thereof; and observe, record and report to ENGINEER appropriate details relative to the test procedures and startups. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to ENGINEER. SP-3.4 Reports: -� Furnish ENGINEER periodic reports as required of progress of the Work and of CONTRACTOR's compliance with the progress schedule and schedule of Shop Drawing and sample submittals. Consult with ENGINEER in advance of scheduled major tests, inspections or start of important phases of the Work. Report immediately to ENGINEER and OWNER upon the occurrence of any accident. SP-3.5 Payment Requests: Review applications for payment with CONTRACTOR for compliance with the established procedure for their submission and forward with recommendations to ENGINEER, noting particularly the relationship of the payment requested to the schedule of values or unit price bid items. Work completed and materials and equipment delivered at the site but not incorporated in the Work. 01257701 SPECIAL PROVISIONS SP - 2 r 07/03 MM SP-3.6 Limitations of Authority: Resident Project Representative: Shall not authorize any deviation from the Contract Documents or substitution of materials or equipment, unless authorized by ENGINEER. Shall not exceed limitations of ENGINEER's authority as set forth in the General Conditions of the Agreement or the Contract Documents. Shall not undertake any of the responsibilities of CONTRACTOR, subcontractors or CONTRACTOR's superintendent. Shall not advise on, issue directions relative to or assume control over any aspect of the �.., means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work. Shall not accept Shop Drawing or sample submittals from anyone other than CONTRACTOR. Shall not authorize OWNER to occupy the Project in whole or in part. Shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by ENGINEER. SP-4. CONTRACTOR'S DUTY AND SUPERINTENDENCE Add the following to paragraph 16, Contractor's Duty and Superintendence, of the General Conditions of the Agreement. "The person representing the Contractor (i.e., superintendent) shall be considered the single, authorized point of contact between the Owner's Representative and the Contractor. Designations of different persons of contact, or contact designations that divide, or attempt to divide, the Contractor's accountability and responsibility under the contract documents shall be grounds for suspending the operations of the Contractor." SP-5 CHARACTER OF WORKERS Add the following to paragraph 18, Character of Workers, of the General Conditions of the Agreement: "The provisions regarding the character of workmen shall also include persons of female gender wherever the words "man" or "men" are used. The provisions for character of workmen shall be construed to include, but not be limited to, the Contractor's superintendent, Contractor's subcontracted work forces, subcontractor superintendents, laborers, and supervisors." 01257701 SPECIAL PROVISIONS SP - 3 PWR 07/03 P" SP-6 CONTRACTOR'S INSURANCE ., Add the following to paragraph 28, Contractor's Insurance, of the General Conditions of the Agreement: "The insurance certificates furnished shall name the City of Lubbock and Parkhill, Smith, & Cooper, Inc. as additional insureds." SP-7. DEFINITIONS For the following paragraphs of these Special Provisions, ENGINEER shall be defined as either an Owner's staff engineer or the Owner's primary consultant, which is Parkhill, Smith and Cooper, Inc. (PSC). SP-8. DOCUMENT OWNERSHIP Contractor, and any Subcontractor or Supplier or any other person or organization performing or furnishing any of the work under a direct or indirect contract with Owner (i) shall not have or acquire any title to or ownership rights in any of the drawings, specifications or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, and (ii) shall not reuse any of such drawings, specifications, other documents or copies on extensions of the project or any other project without written consent of the Owner and Parkhill, Smith, & Cooper, Inc. (PSC) and specific written verification or adaptation by PSC. SP-9. SUBSURFACE SOIL INVESTIGATION No subsurface soil investigation data is being furnished by OWNER or ENGINEER. It is the Contractor's responsibility to make his own subsurface determinations. SP-10. UNDERGROUND FACILITIES For the purpose of this Special Provision, Underground Facilities shall be defined as all pipelines, conduits, ducts, wires, cables, manholes, vaults, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the General Conditions of the Agreement: ■ OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such information or data; and ■ The cost of all the following will be included in the Contract Price and CONTRACTOR shall have full responsibility for: (i) reviewing and checking all such information and data, (ii) locating all Underground Facilities shown or indicated in the Contract Documents, (iii) coordination of the Work with the owners of such Underground Facilities during construction, 01257701 SPECIAL PROVISIONS SP - 4 """` 07/03 ..A and (iv) the safety and protection of all such Underground Facilities as provided in paragraph 20 of the General Instructions to Bidders and repairing any damage thereto resulting from the .." Work. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby of performing any Work in connection therewith (except in an emergency as required to prevent injury, loss of life, or damage °^ to property), identify the owner of such Underground Facility and give written notice to that owner and to OWNER and ENGINEER. SP-11. SUBSTITUTES AND "OR -EQUAL" ITEMS SP-11.1 Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent or "or -equal" item, or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be accepted by Engineer under the following circumstances: SP-11.2 "Or -Equal": If in ENGINEER'S sole discretion an item of material or equipment proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by ENGINEER as an "or - equal" item, in which case review and approval of the proposed item may, in ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items. SP-11.3 Substitute Items: If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an ` or -equal" item under subparagraph SP-11.2, it will be considered a proposed substitute item. CONTRACTOR shall submit sufficient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review by the ENGINEER will include the following and as ENGINEER may decide is appropriate under the circumstances. Requests for the review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall first make written application to ENGINEER for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the same use as that specified. The application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or ^^ in the provisions of any other direct contract with OWNER for work on the Project) to 01257701 SPECIAL PROVISIONS SP - 5 "'" 07/03 adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to furnish additional data about the proposed substitute. SP-11.4 CONTRACTOR'S Expense: All data to be provided by CONTRACTOR in support of any proposed "or -equal" or substitute item will be at CONTRACTOR's expense. SP-11.5 Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in subparagraph SP-11.3. SP-11.6 Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs SP-11.3 and SP-11.5. ENGINEER will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized without ENGINEER's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee of other surety with respect to any "or -equal" or substitute. ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitutes proposed or submitted by CONTRACTOR pursuant to paragraphs SP-11.3 and SP-11.5 and in making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER accepts a substitute item so proposed or submitted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute item. 01257701 SPECIAL PROVISIONS SP - 6 '� 07/03 0" SP-12. RECORD DOCUMENTS CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders and written interpretations and clarifications in good order and annotated to show all changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work, these record documents, Samples and Shop Drawings will be delivered to ENGINEER for OWNER. SP-13. SUBMITTAL REVIEW A, One initial submittal of shop drawings, samples, "or -equal" items and other required submittals and one resubmittal of the same item will be reviewed by the Engineer at no cost to the Contractor. Subsequent reviews for resubmittals of the same item will be reviewed at a cost to the Contractor of $80.00 per man-hour. Such cost shall be deducted from progress payments to the Contractor and result in a reduction of total contract price. SP-14. CONSTRUCTION OBSERVATION 0 General Condition Paragraph 21 is retained in its entirety. Add the following to General Condition Paragraph 21: "The Contractor shall make available, or leave in place, for the Owner's observing or testing party equipment for the safe ingress and egress pertaining to the item of work. Such equipment shall include, but not be limited to, oxygen monitors, toxic gas monitors, flammable gas indicators, hoists, harnesses, ladders, excavation shoring, lighting, and ventilation. Failure to make sufficient equipment and monitors available for Owner's observation of the work shall be prima facie evidence that the work does not comply with the Contract Documents, specifications, or drawings." END SPECIAL PROVISIONS 01257701 SPECIAL PROVISIONS SP - 7 07/03